Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 02, 2023 SAM #8040
SOLICITATION NOTICE

12 -- Repair of fire sprinkler systems

Notice Date
11/30/2023 2:07:01 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
6923G2 DOT MARITIME ADMINISTRATION KINGS POINT NY 11024 USA
 
ZIP Code
11024
 
Solicitation Number
6923G224Q000001
 
Response Due
12/11/2023 6:00:00 AM
 
Archive Date
12/26/2023
 
Point of Contact
CARMEN I. FELIZ, Phone: 5167266149, Fax: 5167735131, Amit S. Narine, Phone: 5167266032, Fax: 212
 
E-Mail Address
FELIZC@USMMA.EDU, NarineA@usmma.edu
(FELIZC@USMMA.EDU, NarineA@usmma.edu)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement �6923G224Q000001� constitutes the only solicitation; quotes are requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective January 19, 2017. The Solicitation number is �6923G224Q000001� and issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a firm fixed price purchase order.�This requirement is a total set-aside for small business. Offers received from concerns that are not small business concerns shall be considered non-responsive and will be rejected (in accordance with FAR 52.219-06 Notice of Total Small Business Set-Aside which applies to this solicitation).�The associated North American Industrial Classification System (NAICS) code for this procurement is: 238220, which has a small business standard of $19.0 million.� The United States Merchant Marine Academy (USMMA) at Kings Point, New York requires the procurement of services for �repairs and testing various fire department connections for fire sprinkler systems located throughout the campus of the United States Merchant Marine Academy (USMMA) located in Kings Point, Nassau County, New York. APPLICABLE DAVIS-BACON ACT WAGE DETERMINATION: The Service Contract Act Wage Determination applicable to this requirement is: Department Of Labor Wage Determination Number: 2015-4157 Rev 20 Date of last revision 12/27/2022 and is available online at the following address: SAM.gov | SITE-VISIT: An organized site visit has been scheduled for: Monday, December 4th, 2023 @ 11:30 A.M. EST�Participants will meet at: Main gate located at the U.S. Merchant Marine Academy Kings Point, NY 11024.�Attendance at the site-visit is highly recommended. As per FAR part 52.237-1, ""In no event shall failure to inspect the site constitute grounds for a claim after contract award."" Please notify the Contracting Officer, Carmen I. Feliz at felizc@usmma.edu, and courtesy copy the Contract Specialist Amit Narine, at narinea@usmma.edu with company name and the name of representative(s) attending the site visit no later than 12:00 A.M. Friday December 1st, 2023. Scope Of Work PART 1: GENERAL INFORMATION A. INTRODUCTION The Maritime Administration (MARAD) of the United States Department of Transportation requires repairs and testing various fire department connections for fire sprinkler systems located throughout the campus of the United States Merchant Marine Academy (USMMA) located in Kings Point, Nassau County, New York. B. BACKGROUND AND JUSTIFICATION The United States Merchant Marine Academy (USMMA) is a federal service academy that operates a college campus for approximately 1000 students. There are various wet fire sprinkler systems located throughout the campus that require repair of particular components, and system testing. All work must be performed in conformance with the National Fire Protection Association standard NFPA�13, Standard for the Installation of Sprinkler Systems (2016 Edition) and NFPA�25 Standard for the Inspection, Testing and Maintenance of Water-Based Fire Protection Systems (2017 Edition). C. SCOPE OF WORK 1. The contractor must provide all personnel, management, tools, supplies, equipment and labor necessary for the repair and testing of various fire sprinkler components at the United States Merchant Marine Academy in a manner that must ensure continuous operation and serviceability of all fire sprinkler systems. 2. All services required by this contract must be performed in accordance with the National Fire Protection Association standard NFPA�13, Standard for the Installation of Sprinkler Systems (2016 Edition) and NFPA�25 Standard for the Inspection, Testing and Maintenance of Water-Based Fire Protection Systems (2017 Edition); and the specific fire sprinkler component manufacturer�s instructions and recommendations. DELIVERABLES Shall be responsible for the following: GENERAL 1. The contractor shall provide all labor and material, transportation and supervision in the performance of all tasks detailed in this statement of work. 2. All work is to conform to federal, state and local regulations and codes. 3. Maintain a work area compliant with safety standards. 4. Areas worked on shall be cleaned and secured on a daily basis. 5. Any damage to existing facilities or appurtenances shall be repaired or replaced in kind, by the contractor at no cost to the Government. 6. Examine existing conditions prior to any repair activities, site visit will be scheduled to inspect the site where services are to be performed. 7. Excess material and debris shall be disposed of in accordance with local and state ordinances. 8. No vehicles shall be driven on the sidewalks or grass. 9. Make every effort to minimize the impact to the daily routine of the Academy. PLEASE SEE ATTACHED SOW to include applicable pictures CLOSE OUT: Shall provide a signed warranty of any damage, defective material and improper workmanship on any material provided in this contract. Materials and labor to be warranted for one year after installation, and equipment to be warranted per manufacturer GOVERNMENT FURNISHED PROPERTY, MATERIAL, EQUIPMENT OR INFORMATION Government will provide the services of USMMA personnel, through contractors request to the COR at least 48 hours in advance, to assist contractor in identifying, isolating, securing, and locking out existing mechanical, electrical, and piping systems. CONSIDERATIONS Maintain communication with the COR (and immediately inform the COR of any unforeseen issues or problems that arise) Inform COR of any anticipated disruption in services for construction at least three (3) days in advance PLACE OF PERFORMANCE Contractor will perform the task at located at the USMMA, 300 Steamboat Road, Kings Point, N.Y. 11024 PERIOD OF PERFORMANCE Work is to be completed within 60 calendar days after NTP is provided. Work is to be performed during normal business hours 0700 to 1630, Monday through Friday unless approval is granted by the Contracting Officer.�Quality Assurance Requirements *Deliverer shall accomplish the delivery in accordance with all USMMA, local, state, federal, marine regulations that apply�*Manufacturer shall warranty all of the components utilized for a minimum of 1 year to be free from defect REQUIREMENTS: Item# 00001 Description�Repair of fire sprinkler system in accordance with the attached scope of work Grand Total Quantity 1 Unit JB $� GRAND TOTAL $ NAME AND ADDRESS OF QUOTER a. NAME OF QUOTER� SIGNATURE OF PERSON AUTHORIZED TO SIGN QUOTE: DATE OF QUOTE b. STREET ADDRESS � � � � � � � � � � �SIGNER c. COUNTY a. NAME (type or print) b. TELEPHONE AREA CODE c. CITY d. STATE e. ZIP CODE TITLE (Type or print)� �*PLEASE FILL IN, SIGN AND RETURN WITH QUOTE. REQUIRED DELIVERY DATE: 60 days after notice of award� BASIS FOR AWARD: Award will be made to the responsible, technically acceptable offeror, whose quote, conforming to� the combined Synopsis/Solicitation, offers the lowest price technically acceptable (LPTA). In order for the quote to be considered for award the item quoted must reflect the characteristics� and�level of quality that will satisfy the Government�s needs. The Contracting Officer is not responsible for locating or obtaining any information not identified� in the offer. To be awarded this contract, the offeror must be registered in SAM. SAM information may be found��at: https://beta.sam.gov/ The provision at 52.212-3 Offeror Representations and Certifications-Commercial items, applies to� this solicitation and must be completed via Online Representations and Certifications application� (ORCA) at https://beta.sam.gov/ Required date NLT 60 days after receipt of order All responsible sources may submit a response which, if received timely will be considered by the� agency� Quotes may be emailed to: felizc@usmma.edu Attention: Carmen I. Feliz, Contracting Officer(6923G224Q000001) TERMS OF DELIVERY- Delivery shall be FOB Destination CLAUSES-52.252-2 Clauses Incorporated by� Reference This solicitation incorporates one or more clauses by reference with the same force and effect as��if they were given in full text. Upon request, the Contracting Officer will make their full text� available. Also, the full text of a clause may be accessed electronically at the following internet� address: Federal Acquisition Regulations (52)� https://www.acquistion.gov/COMP/FAR/CURRENT/HTML/FARTOCP52.HTML The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial items (OCT 2014) applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the� responsible offeror whose offer conforming to the solicitation will be deemed the lowest price� technically acceptable offer. Delivery, technical capability and past performance will be evaluated� to determine technical acceptability. The clause at 52.212-4, Contract Terms and Conditions - Commercial items, applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive�Orders-Commercial Items is incorporated into this solicitation, however, only the following clauses�apply to this acquisition: 52.219-6, 52.222-3, 52.222-19, 52.222-21,�52.222-26, 52.222-36 and 52.232-33. INVOICE SUBMISSION INSTRUCTIONS� The Contractor may submit invoices in electronic format�INVOICES Effective February 1, 2021 the Department of Transportation (DOT) has implemented a new invoicing� processing system Delphi electronic Invoicing web portal to submit your invoice(s). The login can� be found at: www.login.gov. Please see the attached instructions to help you to set-up a user name and password and information on how to submit your invoice(s). There is also a� training video to help you to submit your invoice(s) located at: https://einvoice.esc.gov then� click on Vendor training�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3f8ca25b60a0410c98474392d3ba60f6/view)
 
Place of Performance
Address: Kings Point, NY 11024, USA
Zip Code: 11024
Country: USA
 
Record
SN06898997-F 20231202/231130230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.