Missouri Bids > Bid Detail

J--JEFF - HVAC Chiller Restoration

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159790533806730
Posted Date: Feb 6, 2024
Due Date: Feb 21, 2024
Source: https://sam.gov/opp/3d5e790738...
Follow
J--JEFF - HVAC Chiller Restoration
Active
Contract Opportunity
Notice ID
140P6224Q0006
Related Notice
Department/Ind. Agency
INTERIOR, DEPARTMENT OF THE
Sub-tier
NATIONAL PARK SERVICE
Office
MWR MISSOURI MABO(62000)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 06, 2024 01:36 pm CST
  • Original Published Date: Jan 29, 2024 04:04 pm CST
  • Updated Date Offers Due: Feb 21, 2024 03:00 pm CST
  • Original Date Offers Due: Feb 14, 2024 03:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 07, 2024
  • Original Inactive Date: Feb 29, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J045 - MAINT/REPAIR/REBUILD OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    11 North 4th St Saint Louis , MO
    USA
Description View Changes
(i) This is a combined synopsis/solicitation for a commercial item 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 140P6224Q0006 and is issued as a request for quote (RFQ).

(iii) The solicitation incorporates provisions and clauses in effect through the current Federal Acquisition Circular: 2024-02

(iv) No Set-Aside Used

(v) Line Items:
CLIN 0010 - Repair/restoration of three water-cooled chillers at Gateway Arch National Park IAW with attached Statement of Work.
(vi) The National Park Service's Gateway Arch National Park is seeking quotes for rehabilitation of two 350-ton Daikin water-chilled coolers. Work includes surface preperation and application of protective epoxy. Statement of work is attached.

(vii) Performance to be complete within 30 days of receipt of purchase order.

(viii) FAR provision 52.212-1 Instructions to Offerors - Commercial Products and Services applies to this acquisition.

A formal site visit will be held at 13:00 Central on 8 February 2024. Please contact the CO at matthew_frank@nps.gov at least 24 hours prior to confirm attendance. Attendees will meet in the main lobby of the Gateway Arch Visitors Center to be escorted to the site. A site visit is strongly encouraged but not mandatory.

All interested parties shall be registered and active in the System for Award Management or SAM at time an offer or quotation is submitted. SAM UEI to be provided with quote.

The offerors shall submit a quote to the contracting officer by email to: matthew_frank@nps.gov

Quote shall be provided on company letter head with pricing structured according to the line item structure in this posting (see section (v)).

(ix) The Government will award a firm, fixed price contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other technical factors considered.

(x) Offers shall include a completed copy of paragraph (b) from within FAR provision 52.212-3 - Offer Representations and Certifications - Commercial Products and Services with its offer.

(xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services (Dec 2022), applies to this acquisition. No addenda are attached.

(xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services (March 2023), applies to this acquisition. The following clauses within 52.212-5 apply:

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328)
52.209-6, Protecting the Government¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note).
52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C.644)
52.219-28, Post Award Small Business Program Rerepresentation (MAR 2023) (15 U.S.C. 632(a)(2)).
52.222-3, Convict Labor (June 2003) (E.O.11755).
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126).
52.222-21, Prohibition of Segregated Facilities (Apr 2015).
52.222-26, Equal Opportunity (Sept 2016) (E.O.11246).
52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C.793)
52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).
52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons
52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513).
52.223-20, Aerosols (Jun 2016) (E.O. 13693).
52.223-21, Foams (Jun 2016) (E.O. 13693).
52.225-1, Buy American-Supplies (OCT 2022) (41 U.S.C. chapter 83).
52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).
52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a)
52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter 67)

Wage Determination No. 2015-5075, Rev. 25, dated 26 December 2023

52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).

Employee Class                                Wage + Fringe
23410 - HVAC Mechanic                        $34.26/hr + $12.42/hr

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) (E.O. 13706)

(xiii) The following provisions and clauses are incorporated by reference IAW FAR 52.252-1 into this request for quote:

Provisions

52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
52.204-7 System for Award Management (Oct 2018)
52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)
52.204-22 Alternative Line Item Proposal (Jan 2017)
52.204-24 Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment (Nov 2021)
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representation (Nov 2015)
52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (Mar 2023)

Clauses

52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Jun 2020)
52.204-13 System for Award Management Maintenance (Oct 2018)
52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)
52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)
52.223-5 Pollution Prevention and Right-to-Know Information (May 2011)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023)
52.253-1 Computer Generated Forms (Jan 1991)

The following provisions and clauses are included in full text as prescribed:

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)

Invoicing Processing Platform (IPP) - Treasury Electronic Invoicing System (May 2016)

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 Products and Commercial Services 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:

1. Copy of vendor invoice document in PDF format, which shows pricing breakdown for all items being invoiced for 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 Boston (FRBB) prior to the contract award date, but no more than 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)

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. The COR for this contract will be:

(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)

1452.228-70 Liability Insurance - Department of the Interior (Jul 1999)
(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 Local Clause)

(xiv) N/A

(xv) All quotes shall be received, via email to matthew_frank@nps.gov, no later than 15:00 Central, on 21 February 2024. Interested companies are encouraged to visit the site prior to submission of a quote. Please contact the Contracting Officer to schedule a site visit.

(xvi) All communication regarding this solicitation, including questions, requests for additional information, documentation (e.g. statement of work) and status requests, shall be emailed to matthew_frank@nps.gov. Questions will NOT be answered via phone or text message. Statement of work and wage determination are attached to this SAM.gov posting. Any issues accessing documentation should be submitted to the contracting officer.
Attachments/Links
Contact Information View Changes
Contracting Office Address
  • DOI, NPS, MWR - Missouri MABO 601 Riverfront Drive
  • Omaha , NE 68102
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >