Philpott Fire,Security & Camera System Upgrade (№13306848)

21 feb

Number: 13306848

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


21-02-2019

Description


Philpott Fire,Security & Camera System UpgradeSolicitation Number: W912PM19T0003
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: USACE District, Wilmington

Solicitation Number: W912PM19T0003

Notice Type: Award

Contract Award Date: February 16, 2019

Contract Award Number: W912PM19P0023

Contract Award Dollar Amount: $78900.00

Contractor Awarded Name: 1343ELECTRICAL, CONTROLS & MAINTENANCE, INC.

Synopsis: Added: Nov 27, 2018 12:16 pm This notice is being posted as an avenue to provide Request for Quotes, W912PM19T0003. In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action.


This is a combined synopsis/solicitation. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This will be a 100% set-aside for Small Business procurement. The solicitation number is W912PM19T0003 and the solicitation is issued as a Request for Quote (RFQ). The NAICS code is 561621 with a small business size standard of $20.5M. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-101.


Description of Requirement: The Contractor shall furnish all labor, equipment, materials, parts and services necessary to upgrade the security, fire detection, and camera systems at the Philpott Powerhouse located in Bassett, VA and other services specified in the Statement of Work.


Evaluation and Award: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award shall be made to the lowest priced technically acceptable offer. Technical acceptability shall be defined as evidence of:


NOTE 1: AWARD WILL BE MADE TO THE LOWEST PRICED, TECHNICALLY ACCEPATABLE OFFER.


NOTE 2: IN ORDER TO BE CONSIDERED TECHNICALLY ACCEPTABLE, THE CONTRACTOR MUST SUBMIT THE FOLLOWING WITH THEIR PROPOSAL:
PAST EXPERIENCE:


a) Offeror’s are required to submit prior experience of recent and relevant contracts/projects. Contracts/Projects can be performed with Federal, State, local or private companies. Government contracts are preferred but not required.


b) Contracts/Projects that are relevant are defined as those that are similar to the requirements of the Statement of Work (SOW). Contracts/Projects that are recent are defined as those that have been completed within the last five (5) years.


c) A minimum of two (2) contracts/projects shall be provided to include contract number, title of project, detailed description of work performed, and Point of Contact. Please do not submit more than five (5) contracts/projects.


d) In order for an offeror to be determined technically acceptable, the offeror must show previous experience with the type of work described in the SOW. Offeror’s must show previous experience on a minimum of two (2) contracts/projects.


e) The Contractor must have a Virginia Class A contractor’s license.


NOTE 3: PAST PERFORMANCE WILL ALSO BE CONSIDERED AS AN EVALUATION FACTOR.
Technical and past performance when combined are equally as important as price.


Performance period: All work shall be completed no later than 120 days after the official Notice to Proceed is given.


Place of performance: Philpott Powerhouse, Bassett, VA 24055


Service Contract Act Wage Determinations: WD No.: 2015-4315 (Rev. 8), Dated 7/03/18 (Franklin County); WD No.: 2015-4319 (Rev. 7) 07/03/2018 (Henry and Patrick Counties)


The Contractor is responsible to refer to the above wage decision. The Government will attach the latest version to the contract upon award.


This will be firm-fixed-price contract action.




































DETAILED PRICING SCHEDULE -

LINE ITEM #



Description



Quantity



Unit



Unit Price



Total



0001



Fire/Security/Camera System Upgrade



1



Job







A detailed breakdown of the total cost must be submitted along with quote.







Total:








To view the attached documentation for this requirement:


- Scroll toward the bottom of this solicitation.
- Click the "Additional documentation" link below the Additional Information Heading.
- Open ALL the attached PDF documents.


This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil.


52.202-1 Definitions
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper
52.204-7 System for Award Management
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.209-6 Protecting the Government"s Interest When Subcontracting With Contractors Debarred,
Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-1 Instructions to Offerors--Commercial Items
52.212-3 Alternate I, Offeror Representations and Certifications--Commercial Items
52.212-4 Contract Terms and Conditions--Commercial Items
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—
Commercial Items
52.219-1 Alt I Small Business Program Representation
52.219-6 Notice of Total Small Business Set-Aside
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facilities
52.222-22 Previous Contracts and Compliance Reports
52.222-25 Affirmative Action Compliance
52.222-26 Equal Opportunity (Mar 2007)
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-50 Combatting Trafficking in Persons
52.223-3 Hazardous Material Identification and Material Safety Data
52.223-5 Pollution Prevention and Right-to-Know Information
52.225-13 Restrictions on Certain Foreign Purchases
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions
Relating to Iran—Representation and Certifications
52.232-8 Discounts for Prompt Payment
52.232-23 Assignment of Claims
52.232-33 Payment by Electronic Funds Transfer—System for Award Management
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-1 Disputes
52.233-3 Protest after Award
52.233-4 Applicable Law for Breach of Contract Claim
52.237-1 Site Visit
52.243-1 Alt I Changes –Fixed Price
52.246-16 Responsibility for Supplies
52.252-1 Solicitation Provisions Incorporated by Reference
252.201-7000 Contracting Officer"s Representative. If COR is appointed
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7003 Control of Government Personnel Work Product
252.204-7004 Alt A System For Award Management, Alternate A
252.204-7006 Billing Instructions
252.204-7012 Safeguarding of Unclassified Controlled Technical Information
252.204-7015 Disclosure Information to Litigation Support Contractors
252.223-7001 Hazard Warning Labels
252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American and Balance of Payments Program
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing of Contract Modifications
252.244-7000 Subcontracts for Commercial Items
252.246-7003 Notification of Potential Safety Issues
252.247-7023 Transportation of Supplies by Sea



INFORMATION TO ALL CONTRACTORS


System for Award Management (SAM) and Electronic Funds Transfer (EFT)


1. All contractors must register in the System for Award Management (SAM) database before they can be awarded a contract. You may register at http://www.sam.gov. SAM information or help is also available by calling 866-606-8220.


2. Public Law 104-134 requires the use of Electronic Funds Transfer (EFT) for all Federal payments. EFT information will be pulled from your SAM by the USACE FINANCE CENTER, 5720 INTEGRITY DRIVE, MILLINGTON, TN 38054-5005 for contractor payments.


(End of Instruction)


UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT OR OTHER PERSONNEL


The Contractor shall not accept any instructions issued by any person, employed by the Government or otherwise, other than the Contracting Officer or the Contracting Officer’s Representative (COR) acting within the limits of the COR’s Authority. See the Contracting Officer’s Representative clause of this contract.


(End of Instruction)


52.252-2 CLAUSES INCORPORATED BY REFERENCE


This contract incorporates one or more clauses by reference, with the same force and effect 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):


http://farsite.hill.af.mil
http://www.acquisition.gov/far


(End of clause)




PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their Quote in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION:


Solicitation number; offeror"s complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted via email at [email protected].


Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220.



QUOTES ARE DUE NOT LATER THAN 2:00PM, EDT, 27 December 2018. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY via email at [email protected]. They may also be submitted on U.S. Mail, courier service, or hand-delivered to the attention of Alicia Evans C/O CESAW-CT, 69 Darlington Avenue, Wilmington, NC 28403.




The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote.


The Government reserves the right to cancel this solicitation.


This announcement and written request for Quote constitutes the only Request for Quote that will be made for this requirement.




Added: Dec 10, 2018 8:44 am Note to all interested parties: Prior to award of the contract, it is recommended that the Contractor perform an onsite visit to become familiar with the nature and location of the work by inspection of the site; noting the local conditions, security, safety, equipment and facilities required for the work, and all other factors which may affect the work or costs to perform the work.

Site Visit
To schedule a site visit please contact Steven Jones, see contact information below. All site visits must be scheduled and completed no later than 10 January 2019 close of business.


Name: Steve Jones
Address: USACE Philpott Powerhouse
Bassett, VA 24055
Email: [email protected]


Telephone: (434) 738-6633 X 6212



Please consult the list of

document viewers if you cannot open a file. Attachments Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Attachments

Posted Date: November 27, 2018



A2_-_Statement_of_Work_.pdf (30.29 Kb) Description: Statement of Work

H1_-_Drawings_and_maps.pdf (1426.88 Kb) Description: Drawings and Maps

A19-_Wage_Determination.pdf (69.83 Kb) Description: Wage Determination


Responses to Questions Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Responses to Questions

Posted Date: December 4, 2018



A22_-_Solicitation_W912PM19T0003_Questions_and_Answers_12-4-18.pdf (191.31 Kb) Description: Responses to Questions



Contracting Office Address: CESAW-CT, 69 Darlington Ave
Wilmington, North Carolina 28403-1343
United States


Place of Performance: Philpott Powerhouse
Bassett, Virginia 24055
United States


Primary Point of Contact.: Alicia Evans, Contract Specialist

[email protected] Phone: 9102514785

Secondary Point of Contact: Karri L. Mares, Contract Specialist

[email protected] Phone: 9102514863