Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FEMAR1RFP
The Federal Emergency Management Agency (FEMA) Region 1 Boston office has a requirement for the replacement and installation of a new condenser unit and associated components at the Federal Regional C...
The Federal Emergency Management Agency (FEMA) Region 1 Boston office has a requirement for the replacement and installation of a new condenser unit and associated components at the Federal Regional Center (FRC) located at 63 Old Marlboro Road Maynard, MA 01754. This a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This Request for Proposal (RFP) is a 100% set aside for total small business concerns. The associated NAICS code is 238220, Plumbing, Heating, and Air Conditioning Contractors with a business size standard of $15 million. In accordance with FAR 36.204- Disclosure of the magnitude of construction projects, the magnitude of this project is estimated to be between $25,000 and $100,000. The attached Department of Labor, Davis Bacon Act, General Decision Number: MA20190001, Modification 4 Dated 07/05/2019 is hereby incorporated into this RFP and any resulting contract. Proposed offerors shall be made aware of the pre-existing site conditions. A site visit walk-through will be conducted on August 20,2019 at 10:00 AM EST. Prior attendance confirmation is required for all individuals who wish to attend the walk-through. All questions regarding this solicitation must be submitted by Friday August 23,2019 05:00 PM EST. Any questions received will be posted directly to the FBO.gov solicitation. Offers for this solicitation will be due Friday August 30,2019 at 05:00 PM EST. All quotes, correspondence, or questions must be submitted via email directly to: Christopher.kelly@fema.dhs.gov. At a minimum all offerors must submit as part of their quote: a detailed price breakdown of all parts/equipment, labor, profit, expenses, and pricing that resulted in the quoted price. A 1-2-page technical approach is required as part of the proposal. Any award will be made based on the best value (BV) to the Government in accordance with FAR Part 15 procedures. All work under this RFP will be performed onsite at the Federal Regional Center (FRC). Pursuant to FAR 28.102- Performance and Payment Bonds and alternative payment protections for construction contracts, the awarding vendor must submit one (1) of the following equivalent to 100 percent (100%) of the original contract price: Payment bond, Irrevocable Letter of Credit (ILC), tripartite escrow agreement, or a certificate of deposit (CD). Please refer to the FAR reference for further information. The contractor shall provide all plant, supervision, labor, materials, equipment, supplies, and transportation necessary to complete this scope of work. All work shall comply with applicable State, local, federal laws and regulations, industry and construction codes and standards, manufacturer's specifications and guidelines. All proposed offerors have to be registered in the SAM (System for Award Management) Database https://www.sam.gov prior to contract award pursuant to FAR provision 5.207. Therefore, prospective offerors are encouraged to register prior to the submittal of quotations/proposals. Site Visit: August 20,2019 10:00 AM EST Questions & Answer due date: August 23,2019 05:00 PM EST Proposal due date: August 30,2019 05:00 PM EST This RFP is subject to the availability of funds.