Backflow Repair and Replacement-Gateway Arch NP

expired opportunity(Expired)
From: Federal Government(Federal)
140P6224Q0007

Basic Details

started - 12 Mar, 2024 (1 month ago)

Start Date

12 Mar, 2024 (1 month ago)
due - 03 Apr, 2024 (23 days ago)

Due Date

03 Apr, 2024 (23 days ago)
Bid Notification

Type

Bid Notification
140P6224Q0007

Identifier

140P6224Q0007
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

(1) Action Code: Not applicable (2) Date: March 12 (3) Year: 2024 (4) Contracting Office ZIP Code: 20240 (5) Product or Service Code: J048 MAINT/REPAIR/REBUILD OF EQUIPMENT- VALVES (6) Contracting Office Address: National Park Service Contracting Operations Central, Missouri Major Acquisition Buying Office (7) Subject: Request for quotes for backflow repair and replacement at Gateway Arch National Park in St. Louis, MO (8) Proposed Solicitation Number: 140P6224Q0007 (9) Closing Response Date: April 3, 2024 (10) Contact Point or Contracting Officer: cecilia_mitchell@nps.gov (11) - (15) Not applicable for solicitation (16) Description. (i) This is a combined synopsis/solicitation for commercial services being procured in accordance with the format in subpart 12.6, as supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a
written solicitation will not be issued. All clauses may be viewed in the entirety at www.acquisition.gov (ii) The solicitation number is 140P6224Q0007 and is issued as a request for quote (RFQ). (iii) The solicitation incorporates provisions and clauses in effect through the current Federal Acquisition Circular 2024-05. (iv) This requirement is a total small business set aside. The relevant NAICS is NAICS Code 238220 Plumbing, Heating, and Air-Conditioning Contractors. (v) Line Items: CLIN 0010 - Backflow Repair and Replacement (vi) Gateway Arch National Park, a unit of the National Park Service, is seeking quotes for backflow repair and replacement. See attached statement of work for full details on this requirement. Any contract resulting from this solicitation will be firm, fixed price. SITE VISIT: (a) The provision 52.237-1, Site Visit is included in this solicitation. Quoters are urged to inspect the site 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. Accordingly, offerors or quoters are urged and expected to inspect the site. (b) Site visits may be arranged during normal duty hours by contacting cecilia_mitchell@nps.gov. Site visits must be scheduled at least one business day in advance of the requested site visit date. The last date for a site visit will be March 18, 2024. (vii) The period of performance for the services is 30 days. Services must be delivered to Gateway Arch National Park in St. Louis, MO. The government anticipates that the 30-calendar day period of performance will begin in mid-April 2024. The actual start date will be determined at time of award. (viii) FAR provision 52.212-1 Instructions to Offerors - Commercial Products and Services (SEP 2023) applies to this acquisition. (ix) Award will be made in accordance with FAR Part 13 to the quoter that provides the best value to the government based on price and prior experience. The solicitation is not stating nor is it required to state the relative importance assigned to each evaluation factor and/or sub factor (FAR 13.106-1(a)(2)) listed below. 1. Price. 2. Prior Experience: Prior experience is the factual documentation of a firm¿s experience relative to backflow repair and replacement. To document prior experience, provide information on three (3) projects completed by your firm within the past five (5) years. The description of each project must include: - A description of the work - The dollar value of the project - The company or project owner for whom the work was performed - A point of contact for the project owner to include name, phone number, and email address. The Government will determine its level of confidence that a quoter will successfully perform the requirements at Gateway Arch National Park based on its assessment of the firm's experience. (x) FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (FEB 2024), applies to this acquisition. The Offeror verifies by submission of their quote that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard(s) applicable to the NAICS code(s) referenced for this solicitation), at the time this quote is submitted and are incorporated in this quote by reference (see FAR 4.1201). If representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, are not current, offeror shall submit paragraph (b) of 52.212-3 with their quote. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (NOV 2023), applies to this acquisition. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (FEB 2024), applies to this acquisition. The following clauses within 52.212-5 apply: 52.203¿17, Contractor Employee Whistleblower Rights (NOV 2023) 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.204¿30, Federal Acquisition Supply Chain Security Act Orders¿ Prohibition. (DEC 2023) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2024) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (i) 52.222-26, Equal Opportunity (Sept 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 52.225-1, Buy American-Supplies (OCT 2022) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) 52.222-41, Service Contract Labor Standards (Aug 2018) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) This Statement is for Information Only. It is not a Wage Determination Employee Class: Plumber Monetary wage + Fringe Benefits: $32.20 52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026 (JAN 2022) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (xiii) The following provisions are incorporated by reference IAW FAR 52.252-1 into this request for quote: 52.204-7 System for Award Management (OCT 2018_ 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-29 Federal Acquisition Supply Chain Security Act Orders¿Representation and Disclosures (DEC 2023) The following clauses are incorporated by reference IAW FAR 52.252-2 into this request for quote: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) The following provisions and clauses are included in full text: 52.204-26 Covered Telecommunications Equipment or Services - Representation (Oct 2020) (a) Definitions. As used in this provision, 'covered telecommunications equipment or services' and 'reasonable inquiry' have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for 'covered telecommunications equipment or services'. (c) Representations. (1) The Offeror represents that it [ ] does, [ ] does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. (2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it [ ] does, [ ] does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision) FAR 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. (End of provision) Electronic Invoicing and Payment Requirements ¿ Invoice Processing Platform (IPP) (FEB 2021) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Contractor invoice in PDF format. Invoice must show pricing breakdown for all items being invoiced and must include the contract number, date(s) of service (if applicable), date of invoice, and the vendor's standard invoice letterhead. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of St. Louis (FRBSTL) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email IPPCustomerSupport@fiscal.treasury.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of local clause) DIAR 1452.201-70 Authorities and Delegations (SEP 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR's appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor's risk. (End of clause) DIAR 1452.228-70 Liability Insurance (JUL 1996) (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $ 100,000 each person $ 500,000 each occurrence $ 100,000 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. (End of clause) (xiv) N/A (xv) Submit quotes to cecilia_mitchell@nps.gov by 1700 ET on April 3, 2024. (xvi) All communication regarding this solicitation, including questions and requests for information, shall be emailed to cecilia_mitchell@nps.gov. Questions will NOT be answered via phone or text message. Submit all questions by 1700 ET on March 25, 2024. (17) Place of Contract Performance: Gateway Arch National Park in St. Louis, MO (18) Set-aside Status: Total small business set aside. Attachments: Statement of Work Wage Determination

201 South Poplar StreetLocation

Place Of Performance : 201 South Poplar Street

Country : United StatesState : North Carolina

You may also like

Park Alarms Monitoring "As Needed" Repair & Maint

Due: 09 Jul, 2024 (in 2 months)Agency: Alarms by Sterling

HC-144 FUEL TANK REPAIR

Due: 08 May, 2024 (in 11 days)Agency: U.S. COAST GUARD

Door Repair and Maintenance

Due: 25 Nov, 2024 (in 7 months)Agency: Town of Fountain Hills

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 238220
Classification CodeCode J048