The RFP Database
New business relationships start here

USMMA Replacement of Atomizing Air Compressors


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

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 (6923G218Q000010) constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are advised that they are responsible for obtaining ALL proposal documents and acknowledging any amendments, and should re-visit the FBO website periodically to check for any modifications to this notice, updates, or amendments without further notice from the USMMA. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective November 6, 2017.
The Solicitation number is 6923G218Q000010 and is 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 with a small business standard of $15 million.

The United States Merchant Marine Academy (USMMA) at Kings Point, New York requires the provisions of the replacement and installation of two (2) atomizing air compressors. All work must be in accordance with the below Statement of Work (SOW).


STATEMENT OF WORK (SOW):


 The Contractor shall provide labor, material, transportation, tools, equipment and supervision to replace the two atomizing air compressors that service the boilers in Delano Hall. The selected contractor shall follow all federal, state and local regulations and be responsible for the following tasks:

•-          Coordinate project schedule with Contract Officer Representative (COR).

•-          Disconnect and dispose of two (2) existing air compressors. This will entail disconnecting electrical wiring and reconfiguring as needed. The existing compressed air discharge and drain piping shall also be disassembled to accommodate the new installation.

•-          Receive, transport to site, and install two (2) new air compressors and tie into the existing utilities using approved materials. Compressors shall be comparable to the existing compressors (Ingersoll-Rand EP 15SE). They shall be Ingersoll-Rand UP6-15c-125. The new compressor shall have the following specifications:


              Capacity:    52 (cfm)


              Maximum Operating Pressure:   125 (psig)


              Minimum Operating Pressure:   65 (psig)


              Maximum Operating Temperature: 105 (degrees F)


              Minimum Operating Temperature: 36 (degrees F)


              Voltage Requirement: 200 (v)


              Suggested Fuse Rating:  75 (amp)             


 •-          Contractor shall be responsible for making sure that the existing pads are adequate. If they are not adequate Contractor shall form new pads.


 •-          Contractor shall be responsible for ensuring that the compressors are situated so as to provide sufficient space for maintenance and repair in accordance with manufacture specification.


 •-          Contractor shall be responsible for a complete installation, including all utilities (electrical, compressed air discharge and drain plumbing, etc.)


 •-          Contractor shall utilize black iron piping for all connections.


 •-          Contractor shall provide two (2) new ball valves, two (2) check valves and one (1) new pressure gauge at the discharge. Contractor shall provide new ball valves for each of the two (2) drains.


 •-          Contractor shall ensure installation of the units is accomplished in accordance with manufacture's specifications. 


 •-          Contractor shall provide start-up assistance,


 •-          Contractor shall register the warranty and provide one day of customer product training.


**Contractor shall be responsible for confirming all measurements and dimensions.


The Contractor shall be aware of the potential presence of hazardous materials, specifically lead-based paint and asbestos, in any buildings located at the USMMA. The contractor will immediately notify the contract officer's representative (COR) or contracting officer upon encountering any hazardous materials. 


DELIVERY:

•1.            1.  The Contractor shall furnish all labor and material, transportation and supervision in the performance of all tasks detailed in this statement of work.

•2.            2.  The Contractor will ensure all materials and parts are compatible with the specific unit specified in this statement of work.


        3.   Contractor shall ensure that all systems will be checked, tested and started.


        4.   All work is to conform to federal, state and local building regulations and codes.


        5.   Maintain a work area compliant with safety standards.


        6.   Area worked on shall be cleaned and secured on a daily basis.

        7.   Any damages caused by the contractor to the existing facilities or appurtenances shall be

              repaired or replaced in kind, at no additional cost to the Government.


       8.     A site visit will be scheduled to inspect the site where services are to be performed. Failure to

             attend the site visit and failure to identify obvious conditions does not constitute a valid claim for

             a differing site condition once the work is executed.


      9.      Excess material and debris shall be disposed of in accordance with federal, state and local   

              ordinances.



     10.    Make every effort to minimize the impact to the daily routine of the Academy.


     11.    Contractors shall be licensed, bonded and insured as mandated by federal regulations.


     12.    Contractors are required to provide weekly payroll certifications (i.e. DOL form WH 347).


 The contractor shall provide a written warranty covering damage, defective materials and improper workmanship. Materials and labor shall be warranted for a minimum of one year after completion of installation. All equipment shall be warranted per manufacturer specifications.


GOVERNMENT FURNISHED PROPERTY, MATERIAL, EQUIPMENT OR INFORMATION-


N/A


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 within 24 hours.


PLACE OF PERFORMANCE:


The Contractor will perform the task at USMMA, 300 Steamboat Road, Kings Point, N.Y. 11024.


PERIOD OF PERFORMANCE:


The work is to begin immediately upon award and completed NLT 30 days after award. Work is to be performed during normal business hours 0700 to 1630, Monday through Friday unless approval is granted by the Contracting Officer.


WAGE DETERMINATION:


Work is to be completed under the Service Contract Act, Wage Determination, General Decision Number 2015-4157 (Rev.-5). Dated: 01/10/2018.  For all updates that are applicable to this requirement please see website: https://www.wdol.gov/sca.aspx .

 





ITEM



DESCRIPTION



QTY



UNIT



UNIT PRICE



EXTENDED AMOUNT





0001



Air compressors



2



Ea.



 



 





0002



Installation of Air Compressors



1



Job



 



 





0003



Warranty



1



Ea.



 



 





0004



OTHER



 



 



 



 





TOTAL AMOUNT OF QUOTE:



 






 






 NAME AND ADDRESS OF QUOTER




SIGNATURE OF PERSON AUTHORIZED TO


SIGN QUOTE:




DATE OF QUOTE






a. NAME OF QUOTER






b. STREET ADDRESS


 




SIGNER






c.  COUNTY




a. NAME (type or print)


 


 




b. TELEPHONE






AREA CODE


 






d. CITY


 


 




e. STATE




f. ZIP CODE




c. TITLE (Type or print)




NUMBER




 
 
 
 
 




*PLEASE FILL IN, SIGN AND RETURN





SITE VISIT-  To be held @ Delano Hall located at the U.S. Merchant Marine Academy Kings Point, New York on Tuesday, May 1, 2018 @ 10:00 a.m. Eastern Standard Time (EST).


All potential offerors intending to submit an offer should plan to attend the site visit.


In order to make the site visit as productive as possible, offerors are also requested to submit any questions from the review of the solicitation package or as a result of the site visit in writing. All questions should be emailed to Amit Narine at narinea@usmma.edu  no later than 2:00 p.m. Eastern Standard Time (EST) on May 8, 2018 with solicitation number 6923G218Q000010 in the subject line. Responses to questions will be issued by amendment to the solicitation package.


Failure of a prospective offeror to submit any questions or to attend the site visit will be construed to mean that the offerors fully understands all requirements of the solicitation. Prospective offerors are advised that the site visit will be held solely to allow offerors an opportunity to gain the best possible understanding of the working environment and specific work items to be addressed under contract in order that they may prepare an accurate and complete price quote. In no event shall failure to inspect the site constitute grounds for a claim after contract award. All prospective offerors are advised it will remain unchanged and that if an Amendment is issued, normal procedures relating to the acknowledgment and receipt of any such amendment shall be applicable.


Period of Performance: All work must be completed no later than (NLT) 30 Calendar Days after award or upon Notice To Proceed (NTP)


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).


To be awarded this contract, the offeror must be registered in SAM. SAM information may be found at:


https://www.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://www.sam.gov .  If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.



DUE DATE AND TIME:                                                                                                                                                 


Signed quotes are due NO LATER THAN 2:00 p.m. EST on Tuesday, May 15, 2018.


All responsible sources may submit a response which, if timely received, will be considered by the agency.


Quotes can be mailed to:


U.S. Merchant Marine Academy                                                                   
Attention: Amit Narine (6923G218Q000010)                
Procurement Department - Room 212         
300 Steamboat Road
Kings Point, NY 11024-1699


Or Emailed to: narinea@usmma.edu (Amit Narine)


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.


(1) Electronic invoices shall be addressed to MARADinvoices@faa.gov. Electronic invoices shall conform to the following criteria, or be subject to rejection:  a) Invoice and supporting documentation shall be in Adobe Acrobat (PDF) format.  b) The e-mail subject shall include the contract/purchase order number and invoice number.  c) The transmitting e-mail shall include the following information: Name of the Contractor; Invoice date and number; Invoice amount; contract number and, if applicable, the order or modification number; Terms of any discount for prompt payment offered; payment instructions (i.e. financial institution, ABA routing#, account#)


For information regarding this solicitation or any questions, please contact via email:


narinea@usmma.edu (Amit Narine)


Amit S. Narine, Contract Specialist, Phone 5167266032, Email NarineA@usmma.edu - MAXILLIAN S. DIAH, CONTRACTING OFFICER, Phone 516-726-6152, Fax 516-773-5131, Email diahm@usmma.edu

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP