Three (3) Loading Dock Levelers
Notice Type: This is a combined synopsis/solicitation for commercial items in accordance with FAR 13.105. This announcement constitutes the only solicitation; Quotes are being requested and a written ... Notice Type: This is a combined synopsis/solicitation for commercial items in accordance with FAR 13.105. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. Request For Quote (RFQ) Number: D-19-TR-0249; for Three (3) Loading Dock Levelers to be provided as specified in the Scope of Work (below). The incorporated provisions and clauses, attached, are those in effect through Federal Acquisition Circular 2005-101. This procurement is set aside 100% for small business. The applicable North American Industry Classification System (NAICS) is 333249 – Other Industrial Machinery Manufacturing. The Small Business Size Standard is 500 employees. Delivery and acceptance will be FOB Destination at the Drug Enforcement Administration, 2500 Investigation Parkway, Quantico, VA 22135. The requested delivery date is on or before May 10, 2019. The provision at 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition The government intends to issue a competitive fixed price Purchase Order. Award will be based on the Lowest Price Technically Acceptable method. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items, with its quote. The clause at 52.212-4, Contract Terms and Conditions—Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items, applies to this acquisition. Addenda are attached. The Defense Priorities and Allocations System (DPAS) is not applicable to this procurement. Your quote must be submitted to Nancy Costello at Nancy.A.Costello@usdoj.gov no later than 10:00 AM, Eastern Time, on or before 05/10/2019. Late quotes will not be considered. All communications in reference to this RFQ shall be directed to Nancy Costello, preferably by e-mail at Nancy.A.Costello@usdoj.gov or on 202-353-1493. Collect calls will not be accepted. This solicitation does not commit the Government to pay any costs incurred in the submission of quotes. It is also noted that the Contracting Officer is the only individual who may legally bind the Government. SCOPE OF WORK A. General The Contractor shall provide the following: 1. 1. Remove, dispose, and replace the three (3) existing Dock Levelers at the rear loading dock of the DEA Academy. This work shall include all equipment, materials, crane, rigging, demolition, removal of debris, supervision, specialized trade work, and labor to complete this Scope of Work in a safe, timely, and professional manner in accordance with all Federal, State and local codes and ordinances, EPA, OSHA and all other governing regulatory standards. All work is to be performed in a workmanship like manner using trade and industry accepted methods and practices by properly trained and/or licensed (where required) personnel in any of the disciplines required to complete this Scope of Work. The contractor shall confirm the location, existing conditions, mechanical specifications, electrical, sizing, physical dimensions, weight, piping, controls, operation, connections, valve operation, and rigging requirements prior to beginning work and/or ordering materials to ensure that no discrepancies, shortages in service, or operation will result when the replacement project is complete and that every effort is made to prevent additional costs or modifications to the proposals submitted for work required in this scope. 2. 2. The Contractor shall prior to ordering equipment and materials confirm all measurements and voltage/current requirements that are existing onsite. The contractor shall provide all resources necessary to evaluate, plan, coordinate, schedule, pre-fabricate, and plan to obtain all parts and materials necessary for the project to insure the minimal amount of downtime to the building · systems impacted by the work in this scope. 3. 3. All work for this project shall be the sole responsibility of the Contractor including any Sub contractors, Equipment Manufacturer Personnel, Riggers, Laborers, Equipment Operators, Delivery Persons, and Refuse Removers. The Contractor shall provide a designated onsite supervisory employee responsible for daily oversite in all matters in the above said persons. 4. 4. The work in this Scope must begin before September 30, 2019. The Contractor, prior to beginning work, shall provide a project schedule to DEA for review and concurrence. B. Personnel Security Requirements 1. Due to DEA's security requirements The Contractor shall at least fourteen (14) days prior to starting the onsite work, submit a complete list of all persons (employees and sub-contractors) that they purpose to have work on this project. The list shall include the Name and position/Titie/duties of each person. Additionally, each person that requires access to the DEA Property for this project is required to complete an access request form provided by DEA. The access forms shall be emailed to the designated DEA Contact and a log of submittals shall be kept by the contractor. A list of approved persons shall be updated and provided to the Contractor as changes occur. Failure to comply may result in person/s being refused access to the buildings and will not be the Governments responsibility for any costs or delays in the project. 2. It is the contractor's responsibility to provide personnel suitable for access and it will not be the responsibility of the government for any additional costs or delays incurred from the submittal of unsuitable individuals by the contractor. C. Clean Up and Damage Prevention 1. The Contractor shall be responsible for the removal and disposal of all unneeded materials and trash generated in the performance of the work in this Scope. All efforts will be made by the contractor to recycle the refuse generated in the accomplishment of this project to the greatest extent possible. 2. The Contractor shall keep all building and work areas safe and free of debris daily. Care is to be exercised in the removal and disposal of all materials. Special attention shall be exercised in the performance of all work on the membrane roof surface including any necessary protection to work areas and access routes. 3. The contractor shall be responsible for insuring the safety of all persons on or around the construction areas thru a designated Safety Person, including additional personnel when needed for life safety /traffic control when using any cranes and/or rigging equipment. 4. The Contractor shall be responsible for any damage to Goverr:,ment, building, and/or personal property damaged by any persons hired, employed, or contracted during the course of completing this work. D. Finalization and Warranty 1. The Contractor shall provide a test of the leveler systems on completion of the work detailed in this Scope. The start-up will be scheduled in advance and coordinated with all parties having a vested interest in this project. 2. The finalization and acceptance of this project shall include but not be limited to: a. Testing all equipment installed by The Contractor. b. Checking all mechanical connections. c. Checking all wiring and electrical connections. d. Checking and documenting voltages and amperages. e. Submittal of all Manufacturers literature and specifications on the installed equipment. f. Submittal of O & M manuals for all installed equipment with Model and Serial numbers. g. Completion of all manufacturers' check-list and completed warranty paperwork. h. Correct any deficiencies and place equipment in service. 3. Unless a greater term is detailed in the above Scope, The Contractor shall provide a minimum of a one (1) year warranty on all parts, labor, material, and services provided on this project. The warranty period shall begin on the date of written acceptance by the Government.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »