Boiler Replacement Project
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and So... This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. The contractors shall provide all personnel and the necessary tools and equipment to replace the existing nonoperational AERCO SL-KC1000 Series Boiler with an AERCO BMK 1000 GWBF-USA-9SA Benchmark 1000 Boiler or equivalent. 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 the current Federal Acquisition Circular. The associated North American Industrial Classification System (NAICS) code for this procurement is 238220, with a small business size standard of $15M. The USDA Forest Service Regional Office, 1323 Club Drive Vallejo, CA, is seeking installation of a Gas Fired Boiler. All interested companies shall provide quotation(s) for the following: The contractor shall disconnect, disassemble, remove and properly dispose of existing boiler, properly shut down gas, isolate water supply and conduct lockout/tag out procedures in accordance with local, state and federal regulations. The contractor shall install and securely anchor new boiler in same location as existing boiler. The contractor must modify, install, and connect outlet and inlet water piping, vent connections, gas piping, electrical control wiring for new boiler as required. Refer to Statement of Work for additional project requirements. Place of Performance Address: 1323 Club Drive, Vallejo, CA Postal Code: 94592 Country: UNITED STATES Award shall be made to the quoter, whose quotation, is evaluated as the best value to the Government. The government will evaluate information based on the following evaluation criteria: (1) technical capability factor, (2) past performance, and (3) price. The government will evaluate information based on the following evaluation criteria: 1. Specialized and Technical Expertise including (a) Capability Statement - Capability and Credentials by Personnel; (b) Quality Control Methods; (c) Specialized Experience in related work, e.g. Boiler Replacement/Repair, Plumbing, etc.; and (d) Projected lead time to acquire boiler with projected start date. Quotes must include proposed boiler manufacturer brochure and/or specifications. 2. Past Performance (include recent & relevant contracts). The Government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation. The Government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources, to assess performance. Provide a list of no more than five (5), of the most relevant contracts performed within the last three (3) years. The Government considers "relevant" present/past performance to be present/past performance effort involved in similar scope and magnitude of efforts and complexities this solicitation requires. The Government may also use past performance information obtained from other than the sources identified by the quoter. Information obtained from the Contract Performance Assessment Reporting System (CPARS) database located at http//www.cpars.gov is one of the sources that will may be utilized. CPARS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. 3. Price When combined, the non-price factors are equal to price. The Government reserves the right to make price/non-price trade-offs that are in the best interest and to the advantage of the Government. Award may not necessarily be made to the Offeror submitting the lowest quote. 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: FAR 52.212-1, "Instructions to Offerors-Commercial Items" (OCT 2018) FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items"(OCT 2018) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: CLAUSES INCORPORATED BY REFERENCE: FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (OCT 2018) ADDENDUM TO FAR CLAUSE 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (INCORPORATED BY REFERENCE ON STANDARD FORM 1449). The following clauses are added to the terms and conditions in FAR 52.212-4: FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (JUL 2013) FAR 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) FAR 52.232-39 UNENFORCABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) FAR 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) FAR 52.217-5 EVALUATION OF OPTIONS (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 120 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 8 months. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executives Orders (JAN 2019) The following subparagraphs of FAR 52.212-5 are applicable: (a)(1-3) (b)(1), (4), (8), (14), (20), (22), (25), (26), (27), (28), (30), (33), (40), (42), (45), (54), (55), (d) (1-3) (e)(1), and (2) CLAUSES INFORPORATED BY FULL TEXT: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contact incorporates one or more clauses by reference, with the same force and effects 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 this/these address (es): https://www.acquisition.gov/?q=brosefar FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS. (DEC 2013) (a) Upon receipt of accelerated payments from the Government, the contractors shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. Quotes shall include the following: 1. Solicitation/Contract/Order for Commercial Items (SF 1449) 2. Technical Response 3. Past Performance 4. Price All quotations shall be sent to: James McClanahan USDA Forest Service 1323 Club Drive Vallejo, CA 94592 This is an open-market combined synopsis/solicitation for services 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. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter, shall list exception(s) and rationale for the exception(s). 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Site visit will be held on Wednesday, April 10, 2019 at 10:00 AM Pacific. Please contact Mike Cirillo at 707-562-8811 or michael.cirillo@usda.gov to confirm attendance. Questions/clarifications regarding the RFQ shall be submitted to jrmcclanahan@fs.fed.us with courtesy copy to creeprevost@fs.fed.us no later than April 25, 2019, 1:00 pm Pacific. Please ensure questions/clarifications are received before the suspense date. Quotes are due no later than 10:30 AM Pacific Time, Friday, April 26, 2019. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed quotes will be accepted at jrmcclanahan@fs.fed.us. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the James McClanahan, jrmcclanahan@fs.fed.us.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »