REPLACEMENT OF NATURAL GAS LINES
The solicitation number is HSCG29-19-Q-GASLINE and is issued as a Request for Quotation (RFQ). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in F... The solicitation number is HSCG29-19-Q-GASLINE and is issued as a Request for Quotation (RFQ). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Contractors shall provide a quote for the replacement of natural gas lines at the housing units located in Grand Isle, LA in accordance with the attached Scope of Work (SOW). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. REPLACEMENT OF NATURAL GAS LINES AT TWO GOVERNMENT OWNED HOUSING UNITS IN GRAND ISLE LA, 70358 PART 1 GENERAL 1.01 INTENT: Removal, disposal, install, and test of new natural gas lines at unit 03 and 11 Paratus Pl. Grand Isle LA, 70358. 1.02 SCOPE: This contract covers a service agreement that meets or exceeds the requirements covered herein and detailed in section 1.05 below. A. Unit 03 - Estimated 150ft of line to replace. "No trenching required" Installed all new stainless corrugated gas piping systems. Piping will be supported properly from ceiling and walls with galvanized hardware. The new piping systems will be installed below the flooring and reconnected to the existing piping feeding fixture branches above floor level and to the existing feed line regulators on the exterior. Walls may need to be open for access to existing lines for final connections. Walls will be put back together where possible with original materials. Fixtures will be lite back once gas pressure is returned to the system. Checked and tested all work thoroughly. B. Unit 11 - Estimated 100ft of line to replace. "No trenching required" Installed all new stainless corrugated gas piping systems. Piping will be supported properly from ceiling and walls with galvanized hardware. The new piping systems will be installed below the flooring and reconnected to the existing piping feeding fixture branches above floor level and to the existing feed line regulators on the exterior. Walls may need to be open for access to existing lines for final connections. Walls will be put back together where possible with original materials. Fixtures will be lite back once gas pressure is returned to the system. Checked and tested all work thoroughly. 1. Contact natural gas Company to secure meter or reducer "if needed". 2. Remove old natural gas line, dispose, and replace with new. 3. Replace valves and fittings as needed, on boiler/hot water tank, range, and AC "if needed". 4. Contact city inspector for test/inspection "if needed". 5. Contact Gas Company to re-establish service "if needed". 6. Light piolet flames "if needed". 7. Inspection by OHMC or Local housing rep. HOW TO RESPOND: All questions regarding this request for quotes must be submitted via email. Telephone inquiries are strongly discouraged. Proposals must include: (1) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (2) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. Cost Proposal: Provide Firm Fixed-Price. Offerers must submit an original and one copy of the proposal to Jamy Pickett, USCG Sector New Orleans, 200 Hendee St, New Orleans, La 70114. Electronic transmissions to jamy.r.pickett@uscg.mil are PREFERED, but must be timely. Evaluation Process: Lowest Price Technically Acceptable. The lowest price quote will be evaluated on technical acceptability. If it is found to be acceptable, an award will be made. If it is found to be unacceptable, the next lowest price will be evaluated. This process will continue until a technically acceptable offer is identified; not all offers will be evaluated. The following Federal Acquisition Regulations clauses are incorporated by reference: 52.212-3, Offerer Representations and Certifications-Commercial Items (SEPT 07) 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007). 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Sept 07). 52.222-3, Convict Labor (June 2003). 52.222-26, Equal Opportunity (Aug 2007). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.222.36, Affirmative Action for Workers with Disabilities (June 1998). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 52.222-41, Service Contract Act of 1965, as Amended (July 2005). 52.222-44, Fair Labor Standards Act and Service Contract Act?XPrice Adjustment (Feb 2002). 52.232-18, Availability of Funds (Apr 1984). 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. 52.204-7 -- System for Award Management. An Offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Vendors Doing Business with the Coast Guard MUST be registered with the System for Award Management at WWW.SAM.Gov Federal Acquisition Regulation (FAR) Clauses and Department of Labor Wage Rates for Services are included in this order and are applicable. Wage Determination No.: 2015-5189 Revision No.: 13 Date Of Revision: 06/04/2019 Offerors can retrieve these clauses and Wage Rates on the INTERNET at www.arnet.gov and https://wdol.gov/Index.aspx. Questions about this requirement must be in writing and submitted by mail or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 3:00 CST, July 12th, 2019. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. Place of Contract Performance: Coast Guard Base New Orleans Housing 11 Paratus P1 Grand Isle LA, 70358 United States
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »