SOLICITATION NOTICE
61 -- 2300 Volt Switchgear for Hoover Dam
- Notice Date
- 9/4/2024 6:45:20 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- LOWER COLORADO REGIONAL OFFICE BOULDER CITY NV 89005 USA
- ZIP Code
- 89005
- Solicitation Number
- 140R3024Q0139
- Response Due
- 9/13/2024 10:00:00 AM
- Archive Date
- 09/28/2024
- Point of Contact
- Watanga, Maxwell, Phone: 7022938045
- E-Mail Address
-
mwatanga@usbr.gov
(mwatanga@usbr.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 140R3024Q0139 2300 Volt Switchgear for Hoover Dam Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) To facilitate electronic quote submissions through SAM.gov, a request for quote RFQ No. 140R3024R0022 is being issued subsequent to this combined synopsis/solicitation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2024-05 Effective Date 05/22/2024. (iv) The North American Industry Classification System (NAICS) Code for this acquisition is: 335313 Switchgear and Switchboard Apparatus Manufacturing. (v) Line items: See Standard Form (SF) 1449 - Solicitation for Commercial Items for contract line items and to complete pricing. (vi) The Bureau of Reclamation, Hoover Dam, has a requirement for 2300 Volt Switchgear. See attached specifications. (vii) Delivery will be made approximately 60 days after award. The delivery address is to the Hoover Dam Central Warehouse, SR 172, Boulder City, NV 89005 and is listed on the SF 1449. The Government will install and configure the equipment on site. THE FOLLOWING CLAUSES AND PROVISIONS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services. In addition to the requirements of the Instructions to Offerors - Competitive Acquisitions provision of this solicitation, each offeror will submit a quote in accordance with the instructions contained in this provision. (1) Offer will complete and submit SF 1449. Pricing must be submitted on the SF 1449. (2) Submit the following information: (a) Unique Entity Identifier (UEI): ___________________ (b) Contractor E-mail Address: ______________________ (3) Past Performance Information Requested: (a) Past Performance: The Government may use past performance information obtained, such from the Contractor Performance Assessment Reporting System (CPARS) database located at http//www.cpars.gov. NOTE: An offeror without relevant experience, or for whom information on past performance is not available, will be given a Neutral rating, and will not be evaluated favorably or unfavorably. This rating is neither negative nor positive. Neutral is merely indicative of a lack of prior performance. (4) In addition to the requirement of the Instructions to Offerors - Commercial Products and Commercial Services, FAR 52.212-1 provision of this solicitation, the following instructions apply: Quote must contain: 1. A fully executed Standard Form 1449 - Solicitation for Commercial Items 2. Completed pricing on the SF 1449 3. Completed Offeror Representations and Certifications 4. Technical Narrative and or cut sheets demonstrating specifications and qualifications 5. Delivery date 6. Past performance examples (ix) BASIS OF AWARD: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. A comparative evaluation will be performed. Quotes will be evaluated by performing a direct comparison of one quote to another in a uniform manner to determine which quote provides the government�s need as identified in the solicitation. The following factors will be used to evaluate offers: 1. Technical - 2300 Volt Switchgear meets specifications and qualifications 2. Delivery - approximately 60 days after receipt of award 3. Past Performance 4. Price (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services. Offerors are advised to include with their offer a completed copy of the provision 52.212-3 or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services. The following additional FAR clauses cited in this clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020) 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.204-27 Prohibition on a ByteDance Covered Application (JUN 2023) 52.204-30, Federal Acquisition Supply Chain Security Act Orders � Prohibition (Dec 2023) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) 52.219-8, Utilization of Small Business Concerns (Feb 2024) 52.219-28, Post Award Small Business Program Representation (Feb 2024) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2024) (E.O.13126) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246) 52.222-35, Equal Opportunity for Veterans (Jun 2020) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) 52.222-37, Employment Reports on Veterans (Jun 2020) 52.222-40, Notification of Employee Rights Under The National Labor Relations Act (Dec 2010) 52.222-50, Combating Trafficking in Persons (Nov 2021) 52.222-54, Employment Eligibility Verification (may 2022) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 52.225-5, Trade Agreements (Nov 2023) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) 52.239-1, Privacy or Security Safeguards (Aug 1996) (xiii) Additional contract requirements include the following clauses and provisions: 52.204-4 Printed or Copied Double-sided on Recycled Paper (May 2011) 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.225-6 Trade Agreements Certificate (Feb 2021) DIAR 1452.215-71 Use and Disclosure of Proposal Information -- Department of The Interior (Apr 1984) DIAR 1452.233-2 Service of Protest Department of the Interior (Jul 1996) DOI-AAAP-0028 Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) (Feb 2021) WBR 1452.237-80 Security Requirements - Bureau of Reclamation (Mar 2022) (xiv) Not Applicable (xv) Offers are due September 13, 2024 10:00 A.M. PD. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted via email to mwatanga@usbr.gov. Phone calls will not be accepted. (xvi) The Point of Contact for this solicitation is Max Watanga and may be reached via e-mail at mwatanga@usbr.gov. No phone calls will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a16b2c1934d741648dde1913bd2de78e/view)
- Record
- SN07198058-F 20240906/240904230120 (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 |