Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

L -- Master Electrician Support Services

Notice Date
8/14/2020 11:49:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
NSWC INDIAN HEAD EOD TECH DIV INDIAN HEAD MD 20640-1533 USA
 
ZIP Code
20640-1533
 
Solicitation Number
N0017420R0240
 
Response Due
8/29/2020 12:00:00 PM
 
Archive Date
09/13/2020
 
Point of Contact
Lois Taylor, Phone: 3017446687, David Greaves, Phone: 3017446671
 
E-Mail Address
lois.m.taylor1@navy.mil, david.greaves@navy.mil
(lois.m.taylor1@navy.mil, david.greaves@navy.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is N00174-20-R-0240 and this is a Request For Quotation (RFQ). A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. This announcement will be issued as a combined synopsis/solicitation. This requirement is 100% set aside Small Business. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price. The North American Industry Classification System (NAICS) code is 238210. The SB size standard for this code is $16,500,000.00. Master Electrician Support Services CLIN 0001 Base Year � Master Electrician Support to provide labor for Electrical Remediation at Agile Chemical Facility per Statement of Work CLIN 0002 Base Year � Incidental materials/supplies as required CLIN 0003 Option Year 1 - Master Electrician Support to provide labor for Electrical Remediation at Agile Chemical Facility per Statement of Work CLIN 0004 Option Year 1 - Incidental materials/supplies as required Statement of Work Master Electrician Support for Agile Chemical Facility The purpose of this contract is to obtain 600 hours of on-site support by a Master Electrician to assist Naval Surface Warfare Center Indian Head and Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) engineering and maintenance personnel with the electrical remediation tasks at the Agile Chemical Facility (ACF) and to provide technical assistance in support of MILCON P163. Refer to paragraph C below for additional details. Introduction The Agile Chemical Facility is a $100+ million investment in NSWC IHEODTD�s nitrate ester manufacturing capability, realized over three major construction projects and multiple Capital Improvement Projects. After completion of MILCON P162, several systemic electrical deficiencies were identified, caused by improper design or poor workmanship requiring correction by NSWC IHEODTD to ensure the sustainability of the Agile Chemical Facility. In addition, NSWC IHEODTD requires subject matter expertise assistance to review MILCON P163 submittals associated with power, instrumentation, and controls. Minimum Electrician Qualifications Licensed Master Electrician, minimum 10+ years Certified Control Technician, minimum 10+ years Electrical installation experience in hazardous classified areas per NEC 70 article 500, 10+ years. Controls installation experience with Siemens hardware and Profibus networks, 5+ years. Description of Services The scope of this contract includes the below five tasks as detailed below. Work scheduling shall be coordinated with the Navy technical point of contact two weeks in advance. Between one and three days of support per week through the duration of the contract will be required at a maximum of 8 hours a day. Task One: Electrical infrastructure renovation at Building 1006. The existing HVAC and lighting electrical infrastructure at Building 1006 is not operational and/or nearing the end of its useful lifecycle and needs replacement. The HVAC and lighting electrical infrastructure shall be demo�d, redesigned, and rebuilt using explosion proof hardware and required grounding. Support will be required to for functional testing of the new work. Task Two: Building 1513 pump control panel upgrade. Building 1513 requires a local pumping station to transfer OFII from bulk storage to transportation vessels for shipment. The current control system is dilapidated and not compatible with new controls instrumentation installed under MILCON P163. This task involves coordination with NSWC IHEODTD to design pump control schematics, specify hardware components, and install a new stainless steel enclosure. Support will be required to for functional testing of the new work. Task Three: Provide subject matter expertise in electrical and control installation review in support of MILCON P163, provide electrical and control troubleshooting and repairs during ACF plant commissioning. In order to avoid systemic electrical and controls deficiencies that occurred under MILCON P162 construction, MILCON P163 will require thorough subject matter expert review of all electrical and control installation to ensure that execution is correct according to design specifications and applicable codes. Additionally, it is expected that minor electrical and control deficiencies will be identified during NSWC plan commissioning following completion of MILCON P163. Master electrician support is required to identify and correct these deficiencies. Task Four: Other electrical, power, instrumentation and controls support at the ACF. It is anticipated that there shall be other miscellaneous electrical, power, instrumentation and controls technical support shall be required by NSWC IHEODTD during MILCON P163 close-out and plant startup that does not fall within the aforementioned tasks. Task Five: Incidental parts and spare materials procurement. The contractor shall provide incidental and spare materials as needed to not exceed $40,000 per year. Period of Performance The period of performance shall be a base year (365 days) from the date of contract award with one one-year option to follow. Technical Point-of-Contact The NSWC IHEODTD technical point of contact information is as follows: NSWC IHEODTD Attention:� Taylor Schaeffer 3655 Nitramine Way, Building 765 Indian Head, MD 20640-5132 Email: taylor.schaeffer@navy.mil Phone:� (301) 744- 4009 F.���������� SECURITY BADGES AND ON-SITE CONTRACTOR PERSONNEL Security badges will be issued by the Government only to those contractor personnel who require access to NAVSEA, Naval Surface Warfare Center, Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD), Naval Support Activity South Potomac (NSASP) in connection with work to be performed under this contract.� Approval for such issuance may only be granted by the COTR, Ordering or Contracting Officer.� As contained in the DON Homeland Security Presidential Directive-12 (HSPD-12) dated 22 December 2011 policy, a National Agency Check with Inquiries (NACI) investigation with a favorable fingerprint result are the basis for the issuance of a Common Access Card (CAC).� However, the Commanding Officer is the final adjudicating official for CAC issuance and will be based on OPM Final Credentialing Standards for Issuing Personal Identity Verification Cards under HSPD-12.� The command, during the adjudication, has the flexibility to apply the supplemental credentialing standards delineated in OPM Final Credentialing Standards for Issuing Personal Identity Verification Cards, in addition to the six basic standards if information is developed during the credentialing process that may present an unacceptable risk to the life, safety, or health of employees, contractors, vendors or visitors. The Contractor shall maintain a register of employees currently authorized access to NAVSEA, NSWC IHEODTD, NSASP.� This does not include badges temporarily authorized for contractor visitors to NAVSEA, NSWC IHEODTD, NSASP.� Furthermore, the contractor shall maintain a current register of contractor personnel with full or part-time work or office space located on board the Naval Support Activity South Potomac.� This register will be made available upon request of the Contracting Officer.� The contractor shall follow station security procedures in this regard. G. Voluntary Protection Program G.1. In August 2006, Naval Surface Warfare Center Indian Head Explosive Ordnance Disposal Technology Division (NSWC IHEODTD) was nominated to participate in the DoD Voluntary Protection Program Center of Excellence Implementation Initiative of the Defense Safety Oversight Council (DSOC). The Voluntary Protection Program (VPP) was established by the Occupational Safety and Health Administration (OSHA) in 1982 to recognize and promote effective worksite-based safety and health management systems. NSWC IHEODTD, through the utilization of VPP, desires to be a model of safety and health excellence. VPP's emphasis on trust and cooperation between OSHA, the employer, employees, employees� representatives, and contractors� complements the Agency's enforcement activity but does not take its place. All parties, including Contractors, are to work together to identify and resolve any safety and health problems that may arise, yet obtain Contracting Officer approval of any changes that would impact the terms of the contract. NSWC IHEODTD as the VPP participant develops and implements systems to effectively identify, evaluate, prevent, and control occupational hazards so that injuries and illnesses to employees and contractors are prevented. Contractor and sub-contractor personnel are subject to occupational safety and health oversight. This oversight will be accomplished by NSWC IHEODTD personnel and Contracting Officers. Contractors, sub-contractors, and their employees, while in performance of a contractual action on-site within the geographical boundaries of Naval Support Facility (NSF) Indian Head, shall be subject to the requirements of the NSWCIHEODTDINST 5100.22H, �Safety Manual� regardless of the type or duration of the contract. Chapter 13 of the NSWCIHEODTDINST 5100.22H, �Safety Manual�, entitled �Contractor Safety� is provided as Attachment XX. Appendix 13-A, of the chapter 13 entitled �Contractor Safety Requirements When Performing Work at the Naval Support Facility (NSF) Indian Head, MD� shall be signed by the Contractor prior to commencement of services on-site at NSF Indian Head. The Contractor shall maintain one signed copy for future reference in educating its personnel and sub-contractors. A second signed copy shall be provided to the Contracting Officer to be maintained in the contract file. If an occupational safety or health related injury or illness occurs during the performance or as a result of this contractual action, the Contractor shall notify the Contracting Officer Representative (COR) as soon as practicable, who will notify the Safety Office and the Contracting Officer. G.2 In support of VPP and in compliance with Chapter 13 of the Safety Manual, entitled �Contractor Safety,� all Contractors performing on-site at NSF Indian Head shall comply with the following: G.2.1 Public Law 91-596 (and Amendments), also known as the Occupational Safety and Health Act of 1970, establishes that all employers, including Contractors, are responsible, as far as possible, for providing every employee a safe and healthful working environment. All employers, including Contractors, shall conform to the standards as issued by OSHA. Contractors are responsible for complying with safety requirements specified in the contract as well as all Federal, State, and local safety and security regulations. Non-compliance may be cause for the removal of a Contractor or any Contractor employee from the activity and such non-compliance may form the basis for contractual action, up to and including termination for default. G.2.2 Contractor personnel shall participate in basic safety awareness and hazard identification training offered by the Government activity at the work area they are supporting. Contractors performing on-site shall attend area weekly safety meetings and annual safety stand-downs, as determined by the COR. G.3 The best Safety and Health Programs involve every level of the organization, instilling a safety culture that reduces accidents for workers and improves the bottom line for managers. When Safety and Health are part of the organization and a way of life, everyone wins. NSWC IHEODTD is committed to safety excellence. The Contractor shall familiarize itself with the �Contractor Volunteer Protection Program (VPP) Fundamentals training located on the NSWC IHEODTD intranet on the 00SA VPP page https://navsea.portal.navy.mil/wc/surinhd/a/private/sa/default.aspx. All items shall be delivered FOB Destination. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt 1 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4 Contract terms and conditions-Commercial Items; FAR 52.252-1 Solicitation Provisions incorporated by reference; DFARS 252.204-7004 Central Contractor Registrations(52.204-7) Alternate A; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.212-5 �Contract terms and Conditions required to implement statutes or executive orders-Commercial Items; �FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed FAR 52.211-6, Brand Name or Equal applies to this acquisition.; FAR 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 � Post-Award Small Business Program Representation; FAR 52.222-3 -- Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.223-18 � Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of commercial items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests. Points of contact: Contract Specialist/Administrator: Michelle Taylor, Civ, Telephone: (301) 744-6687 E-Mail:� lois.m.taylor1@navy.mil IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the System for Award Management SAM to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. 5) Facsimile and email offers will be accepted. Response Time- Request for Quotation will be accepted not later than 1500 (3:00 p.m.) Easter Standard Time on 29 August 2019. All quotes must be marked with RFQ number and title. Questions/clarification regarding this solicitation must be submitted via email to lois.m.taylor1@navy.mil by Friday 21 August 2020 12:00 PM EST
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/037c73746b9d40c6be1dff5e67c7ee73/view)
 
Place of Performance
Address: Indian Head, MD 20640, USA
Zip Code: 20640
Country: USA
 
Record
SN05758345-F 20200816/200814230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.