Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:SP330019B0003
Contractor is to furnish all labor, management, supervision, tools, materials, equipment, and transportation to "Replace Transformers Depot Wide" at DDJC with all the required components over the iden...
Contractor is to furnish all labor, management, supervision, tools, materials, equipment, and transportation to "Replace Transformers Depot Wide" at DDJC with all the required components over the identified work areas. This project will consist of providing all labor, supervision, materials, tools, and equipment to "remove existing transformers and install new transformers Depot Wide", DDJC Tracy site as defined in the scope of work. This project is 100% Small Business Set Aside. The following summary of work is for the purpose of general information and is not intended to include and describe every feature or item or to define the scope of work. It is expected that the contractor will visit the site of work and thoroughly familiarize him/herself with the conditions existing there. Failure on the part of the contractor to acquaint her/himself with the site conditions will not be sufficient reason for any increase in contract price. PROJECT DESCRIPTION: 1. Demolish/remove: Contractor is to provide all labor, supervision, materials, tools, and equipment to remove transformers as per attached scope of work in section 010110. 2. Supply and install: Contractor is to provide all labor, supervision, materials, tools, and equipment to install transformers as per attached scope of work and specification in section 262213. a. Submit construction Schedule, Safety and Health Plan, Injury prevention plan, Hazardous Analysis Plan and quality control plan prior to installation. b. Submit shop drawings for approval, prior to installation, of all material and control circuits. c. Contractor shall submit material demolition and disposal plan and get approval from DLA environmental group. d. Removal of Hazardous Waste, Non-RCRA Hazardous Waste, Non-Regulated Hazardous Waste and Universal Waste: All Manifest, Non-Hazardous Waste Manifests, Special Waste Manifests, Straight Bill of Ladings shall be signed by Environmental Office prior to removal off site. e. A minimum of two weeks' notice is required for any power interruption. f. All work requiring power interruption shall be performed on Sunday only. Work may have to be performed during weekend nights. The government reserves the right to cancel any power interruption as may be required due to local or national emergency. g. Contractor shall submit OSHA 300 logs and Injury Illness Protection plan if more than 10 employees are employed. h. Entire project shall be completed within six calendar months after NTP. Performance Period: Contractor shall commence work upon Notice to Proceed and shall complete the entire work ready for use within 180 calendar days after receipt of Notice to Proceed. Working Hours: The work shall be performed during regular working hours which consist of an 8-1/2 hour period established by the Contracting Officer, Monday through Friday, from 7:00am to 3:30pm (including clean-up), excluding Government holidays. Any work requiring power shut down shall be done on Sundays as approved by Contracting Officer in advance. Any work required to be conducted outside of regular working hours requires advance Contracting Officer approval. The NAICS Code for this procurement is 238210. The small business size standard is $15,000,000. The magnitude of this construction effort is between $500,000 and $1,000,000. The tentative timeframe for issuance of the Invitation for Bid (IFB) solicitation SP3300-19-B-0003 for the above stated requirement is on or around April 18, 2019. The exact date and time for the pre-proposal/site visit will be stated in the solicitation. Access to the solicitation package to include the specifications and drawings will only be made available to prospective offerors via the Federal Business Opportunities (FedBizOpps) website at http: www.fbo.gov. Hard copies of the solicitation will not be distributed. Any questions concerning this project should be directed to the Acquisition Specialist Paul Holbert at paul.holbert@dla.mil. All questions should be submitted in writing via email to the above. Prospective offerors are cautioned concerning their responsibility to access the website for any amendments that may be issued under the IFB. There will be no advance notification of amendment issuance. Prospective offerors are advised to consult the website frequently to check for any amendments. Amendments may be issued up until the quote closing date. Failure to acknowledge amendments may render your quote ineligible for award. NOTE: All offerors MUST be registered in the System for Award Management (SAM) Database at http://www.sam.gov or an award cannot be processed. The solicitation will identify all information that the prospective offeror must submit in order to be considered for award. Failure to submit all the information requested by the solicitation may result in the bid being eliminated from consideration for award. All responsible small business concerns may submit a quote which shall be considered by this agency. The Government intends to award a contract as a result of this IFB. Award will be made to the lowest responsive, responsible bidder. An offeror must be determined responsible according to the standards of FAR Subpart 9 to be eligible for award.