Posted: Nov. 21, 2024, 7:13 a.m. EST
Amendment No. 00005 to RFQ No. 6913G625Q300005.
This combined synopsis/solicitation for commercial items is amended to update the dates the CO is out of the office:
When responding to the RFQ during the period 11/29/2024 - 12/6/2024 send your quote to Christopher Dooley at christopher.dooley@dot.gov and cc the contracting officer, Karen Marino. Also, if you have any questions during this period, please send them to Chris Dooley via email (above), as the contracting officer will be out of the office during this time.
All other terms and condtions of the RFQ remain the same.
Posted: Nov. 20, 2024, 5:32 p.m. EST
Posted: Nov. 15, 2024, 2:15 p.m. EST
Posted: Nov. 7, 2024, 8:10 a.m. EST
Posted: Nov. 6, 2024, 5:05 p.m. EST
Posted: Nov. 5, 2024, 7:00 a.m. EST
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. 6913G625Q300005 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and Incorporated provisions are those in effect through Federal Acquisition Circular 2024-07, effective 09/30/2024. The NAICS Code is 238210; the Small Business size standard is $19M.
The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center) operates the Volpe Test Range (VTR) located in Joint Base Cape Cod in Sandwich, Massachusetts. The VTR supports Position Navigation and Timing (PNT) work in support of DOT Office of the Secretary (OST-R) and the Federal Aviation Administration (FAA) has the FD70 Testing Phase II validation effort ongoing. In order to provide testing in all weather conditions a backup generator is required due to more frequent power outages during the winter months. The Contractor shall provide all labor, equipment, tools, fuel, and materials necessary for the services described under CLIN 00100, 00200 and 00300 below, in accordance with the attached Statement of Work (SOW), terms and conditions and Wage Determinations.
REQUIREMENTS/SPECIFICATIONS
The Government intends to award a firm fixed price purchase order as a result of this Combined Synopsis/Solicitation. This notice is expected to result in a single award, subject to receipt of an acceptable quote. Please provide a firm fixed price quote in accordance with the following items:
CLIN 00100 - Concrete pad for generator and conduit/piping
Quantity: 1
Unit: JOB
Unit Price: $__________________
Total Price $__________________
PSC: N059
Period of Performance: Date of award to 05/02/2025
CLIN 00200 - Installation of 400A 3 phase 120/208V automatic transfer switch
Quantity: 1
Unit: JOB
Unit Price: $__________________
Total Price $__________________
PSC: N059
Period of Performance: date of award to 05/02/2025
CLIN 00300 - Installation of Generator and all associated hardware
Quantity: 1
Unit: JOB
Unit Price: $__________________
Total Price $__________________
PSC: N059
Period of Performance: date of award to 05/02/2025
PERIOD OF PERFORMANCE
The period of performance for the resulting award will be date of award to May 2, 2025.
INSTRUCTIONS TO OFFERORS:
This combined synopsis/solicitation hereby incorporates all Federal Acquisition Regulation (FAR) provisions and clauses contained herein.
FAR 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and is incorporated by reference, see attached Addendum.
Vendors are required to meet all solicitation requirements.
Failure to meet a requirement may result in a vendor submission being ineligible for award.
Questions shall be submitted by 10:00 PM EST on Tuesday, November 12, 2024.
Quotes shall be submitted by 5:00 PM EST on Tuesday, November 12, 2024.
Questions and quotes shall be submitted to Karen Marino (karen.marino@dot.gov).
Quote submission shall consist of two (2) parts: Price and Technical Submission.
EVALUATION
The Government will make an award to the responsible vendor whose submission conforms with the solicitation terms and conditions and represents the Best Value to the Government. Therefore, an award may be made to other than the lowest priced offer.
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (attached). All Offerors must include a completed copy of the provision at FAR 52.212-3. An Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certifications electronically in the System for Award Management (SAM) accessed through http://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. All Contractors must be registered in SAM in order to receive an award from a DOT Agency.
FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated by reference.
FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is hereby incorporated by reference; additional clauses cited in FAR 52.212-5 that apply to this acquisition are: 52.209-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.222-62, 52.223-15, 52.223-18, 52.225-1, 52.225-13, 52.222-62, 52.232-33, 52.232-40 and 52.252-1.
The FAR provisions and clauses cited in this notice can be viewed at http://www.acquisition.gov/far.
The offer should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, V-222, 220 Binney Street, Cambridge, MA 02142. The signed offer must be submitted via e-mail to the contracting officer Karen.Marino@dot.gov. The time for receipt of offers is 5:00 PM Eastern Time on 11/12/2024. No telephone requests will be honored. The Government will not pay for any information received.
Background
The U.S. Department of Transportation, through the John A. Volpe National Transportation Systems Center (Volpe Center), operates the Volpe Test Range (VTR) located in Joint Base Cape Cod, Sandwich, Massachusetts.
The VTR supports Position Navigation and Timing (PNT) work for the DOT Office of the Secretary (OST-R) and the Federal Aviation Administration (FAA). To ensure testing can occur in all weather conditions, a backup generator is required due to frequent winter power outages. This contract aims to provide the necessary infrastructure for this generator installation.
Work Details
The contractor shall provide all labor, equipment, tools, fuel, and materials necessary for the following tasks:
1. **CLIN 00100 - Concrete pad for generator and conduit/piping**:
- Install a concrete pad that meets specifications including weight requirements relative to the generator's total weight, clearance on all sides, and provisions for plumbing and electrical pipes.
2. **CLIN 00200 - Installation of 400A 3 phase 120/208V automatic transfer switch**:
- Install an automatic transfer switch with line side feeders, rerouting wires and pipes as necessary, and ensuring proper grounding.
3. **CLIN 00300 - Installation of Generator and all associated hardware**:
- Provide and install a generator with specifications including at least 100kW capacity powered by natural gas, installation of electrical connections, remote monitoring capabilities, vibration isolation features, and coordination with gas company services. Additionally, a Generator Compliance Certificate must be submitted within 60 days of startup.
Period of Performance
Date of award through May 2, 2025.
Place of Performance
Volpe Test Range at Joint Base Cape Cod located at South Inner Road, Bldg. 2410, Sandwich MA 02542.