The RFP Database
New business relationships start here

Replace HVAC-De Soto NM-Bradenton, FL


Florida, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Combined Synopsis/Solicitation for Commercial Items
FAR 12.603

General Information
Document Type: Combined Solicitation/Synopsis
Solicitation #: 140P5419Q0016
Posted Date: 05 Jun 19
Response Date: 10 Jul 19
Product or Service Code: N041 (Installation of Refrigeration, Air Conditioning Equipment)
Set Aside: Total Small Business
NAICS Code: 238220 (Plumbing, Heating, and Air-Conditioning Contractors)

Contracting Office Address
NPS, SER - South MABO
40001 SR 9336
Homestead, FL 33034

Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 (20 DEC 2018).

The associated North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of $15M.

This synopsis page combined with the posted Standard Form 18 and Performance Work Statement (PWS) make a complete solicitation package. Only the SF 18 needs to be submitted with your quote.

This Acquisition may result in a firm fixed price purchase order.

The South Major Acquisition Buying Office (MABO), 40001 SR 9336, Homestead, FL 33034 is seeking to have the HVAC system at the Visitor Center replaced at De Soto National Memorial. Please refer to Attachment 1 for the specifics of the requirement.

All interested companies shall provide a quote for the total HVAC replacement on the SF 18.

All interested companies shall provide a quote for the following:

Supplies

Line Item Description Quantity U/I Unit Price Total Price

0010 Replace HVAC 1 job _________ ___________

The performance period is anticipated to be 07/22/2019 through 11/18/2019.

Delivery Location: De Soto National Memorial, 8300 De Soto Memorial Highway, Bradenton, FL. 34209.

SITE VISIT: A site visit is scheduled for June 18, 2019 at 10:00am at De Soto National Memorial, 8300 De Soto Memorial Highway, Bradenton, FL. 34209. The purpose of this site visit is for contractors to ascertain the complexities and the location along with general local conditions which could materially affect conduct of operations of the cost thereof. Any questions must be submitted in writing to Mary_Stefanos@nps.gov NO LATER THAN 10:00am (EST) on June 20, 2019. A summary of questions and answers arising from the site inspection and/or review of the package will be provided to all prospective contractors as an amendment to the solicitation. Only those written answers provided to all offerors will be the GovernmentB?s official response to questions. Information provided at this site visit shall not qualify the terms and conditions of the solicitation and specifications. No oral questions will be accepted. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. Attendance of this site visit is highly recommended and is considered vital to the preparation of a competitive and cost effective quote, and to understand the total result desired by the Government and important for each contractor to have qualified representation at the site inspection. NO individual site inspections will be conducted.

SCA Wage Determination # WD 15-4547 (Rev.-8) dated 01/01/2019 for Manatee County is applicable. It can be found at http://www.wdol.gov/

145.228-70- LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JULY 1996)

(a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows:

$ 50,000.00 each person
$100,000.00 each occurrence
$100,000.00 property damage

(b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work.

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
1. FAR 52.212-1, B?Instructions to OfferorsB?Commercial ItemsB? (Oct 2018)
2. FAR 52.212-2, B?Evaluation B? Commercial ItemsB? (Jan 2017)

3. FAR 52.212-3, B?Offerors Representations and CertificationsB?Commercial ItemsB? (Oct 2018)

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, B?Offerors Representations and CertificationsB?Commercial Items.B? If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
-FAR 52.212-4, B?Contract Terms and ConditionsB?Commercial ItemsB? (Jan 2019)
-FAR 52.212-5, B?Contract Terms and Conditions Required to Implement Statutes or Executive OrdersB? (Jan 2019)

The following subparagraphs of FAR 52.212-5 are applicable:
Executive Orders -- Commercial Items (within 52.212-5, applicable clauses are the following:
52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-6, Notice of Total Small Business Aside
52.219-13, Notice of Set-Aside of Orders
52.219-28, Post Award Small Business Program Representation
52.222-3, Convict Labor
52.222-21, Prohibition of Segregated Facilities
52.222-22, Previous Contracts and Compliance Reports
52.222-26, Equal Opportunity
52.222-36, Equal Opportunity for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-System for Award Management)
52.222-41, Service Contract Labor Standards (See Wage Determination 15-5582 (Rev.-9) at http://www.wdol.gov/sca.aspx
52.222-42, Statement of Equivalent Rates for Federal Hires
Employee Class Monetary Wage-Fringe Benefits
GS-1320-09 Chemist, $23.85, $1.55
52.222-55, Minimum Wages Under Executive Order 13658
52.222-62, Paid Sick Leave Under Executive Order 13706 E.O. 13706
52.217-5, Evaluation of Options
52.217-9, Option to Extend the Term of the Contract
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.242-15 Stop-Work Order
52.242-17, Government Delay of Work


DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013)

Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).

"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov.

Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, itemized description, period of performance, percentage of work done and price.

The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date.

Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131.

If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its quotation. (End of Clause)

All quoters shall complete blocks 8a through 8f, 11c through 14 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. You must include your total price, your DUNS number and acknowledge any amendments in your email submitting your quote. You must also include your completed spreadsheet with unit pricing

All quotations shall be submitted via email to Mary_Stefanos@nps.gov. Obtain emailed confirmation of offer. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received by the deadline of 10am ET on July 10, 2019).

This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. By signing the SF-18, the contractor accept all the terms and conditions of the Solicitation.

Submission shall be received no later than 10am ET on July 10, 2019 via email to Mary_Stefanos@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

EVALUATION CRITERIA: Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) price, and (2) past performance, which are all equally weighted. Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt.

QUESTIONS: Email any questions to the Contracting Officer at mary_stefanos@nps.gov no later than 10am/EST on June 20, 2019 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted.

Attachments:
SF18
Performance Work Statement (PWS)

Point of Contact: Mary Stefanos, Contracting Officer, Mary_Stefanos@nps.gov

Stefanos, Mary

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP