Nevada Bids > Bid Detail

Entrance Gate Installation

Agency: COMMERCE, DEPARTMENT OF
Level of Government: Federal
Category:
  • N - Installation of Equipment
Opps ID: NBD00159205148190595
Posted Date: Jul 19, 2023
Due Date: Aug 2, 2023
Solicitation No: NWWT42202300097VES
Source: https://sam.gov/opp/c6b529e6cb...
Follow
Entrance Gate Installation
Active
Contract Opportunity
Notice ID
NWWT42202300097VES
Related Notice
Department/Ind. Agency
COMMERCE, DEPARTMENT OF
Sub-tier
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION
Office
DEPT OF COMMERCE NOAA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jul 19, 2023 11:03 am MDT
  • Original Date Offers Due: Aug 02, 2023 12:00 pm MDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 17, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: N054 - INSTALLATION OF EQUIPMENT- PREFABRICATED STRUCTURES AND SCAFFOLDING
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    Reno , NV 89512
    USA
Description

This is for the purchase and installation of an entrance gate at the Reno WFO for security purposes. Please see the attached document for precise details, pictures and more information regarding this posting. This is a total small business set aside under NAICS 238990 with a size standard of $19 Million. Please contact Veronica Stroud with questions.




  1. GENERAL INTENTION:





It is the intention of the National Weather Service (NWS) to obtain a gate on the entrance road at the Reno WFO for security.






  1. GENERAL REQUIREMENTS:

    The Contractor shall provide all labor, material, equipment, supervision and transportation necessary for the construction of a manual gate in accordance with these instructions, specifications and accepted trade and industry standards.





The Contractor Shall:





2.1. Provide a schedule of work, with start and completion dates, at least five (5) days in advance of starting work. Once the work is started the Contractor shall complete the work in a timely manner.





2.2. Contractor is responsible for all permits related to the work performed in the contract.





2.3. Accomplish all work according to these instructions, following Specifications, sketches and accepted Trade and Industry standards.





2.4. Contractor shall verify all measurements stated below in WFO specifications.





2.5. Gate location will be approved by the Contracting Officer's Representative (COR). Gate shall be at the property line on the entrance road. Reference site picture under drawings.





2.6. Install two lockable bar gates to impede vehicle traffic




  • West side gate - Longer section sized for medium to large vehicles (around 20ft)

  • East side gate - Shorter section for remaining road width. Will be opened for oversized loads. (around 8ft)

  • High visible reflective signs on each gate section and on both sides of the gates.

  • Locking removable center ballard system located at the meeting point of the two gates. Must have hardware for each gate to be secured to.

  • Ballards on each side of the road with hardware to secure gates to when they’re open.





Note: Gate lengths are negotiable based on normally available standard gates vs. customized. Sizes will be approved by COR.






  1. DRAWINGS:












  1. SUBMITTAL REQUIREMENTS:





The contractor shall provide electronic copy of each required submittal in accordance with the below schedule:





Deliverable



Objective



Due



Deliver To



Work Schedule, with start and completion dates



Coordinate scheduling with NWS Technical POC



Within 3 days of awarded contract, or before work begins



Technical POC



Designation of on-site, job-site supervisor and contact information



Provide a Primary POC to NWS



Contract Award



Technical POC



Manufacturer Warranty Documentation



Warranty parts and labor



Upon acceptance of work



COR








  1. LOCATION:





Project is to be completed on the below premises of the NWS





WFO Reno, 2350 Raggio Pkwy, Reno, NV 89512






  1. PERIOD OF PERFORMANCE:





Work must begin within one (1) business day of award of the purchase order; “Work” includes ordering parts and equipment not already in stock and necessary to perform the work. On site work shall be completed within sixty (60) calendar days of receipt of all necessary parts and equipment.





FAR 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995)





(a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed.





(b) Site visits may be arranged during normal duty hours by contacting:



Mike Freitas, Electronics Systems Analyst (ESA), Site POC



Phone: (530) 430-9381



Email: mike.freitas@noaa.gov



(End of provision)





A site visit is highly recommended but not required. Vendors 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.





Evaluation Criteria:



CAR 1352.213-70 EVALUATION UTILIZING SIMPLIFIED ACQUISITION PROCEDURES (APR 2010)



The Government intends to award a trade-off, firm fixed price purchase order resulting from this request for quotation to the responsible offeror whose quotation results in the best value to the Government, considering both price and non-price factors with payment terms of Net 14.





The evaluation will consider the Non-Price Technical Solution (Technical Approach, Capability, Experience and Past Performance) to be significantly more important than price. However, as quotes are determined to be more equal in the non-price evaluation factors, price becomes more important.





The Government reserves the right not to award a purchase order depending on the quality of the quote(s) submitted and the availability of funds.





The Government may award to other than the lowest-priced vendor or the vendor with the highest technical rating if the Contracting Officer determines that to do so would result in the best value to the Government. The Government will not make an award at a significantly higher overall price to achieve only slightly superior performance capability.





The following factors are listed in order of importance and will be used to evaluate quotations:






  1. Technical Approach and Capability.

    The Offeror’s overall technical approach will be evaluated to assess the Government's level of confidence in the Offeror’s understanding of, approach to, and ability to successfully perform the requirements as described in the Statement of Work. A detailed technical approach write-up describing how the Offeror will perform this service is required to be submitted with the quote regardless of whether a site visit was made. The technical approach write-up must not be a reiteration of the Statement of Work, but how your company plans on performing the tasks listed in the attached Statement of Work. (i.e. performance checklists, anticipated number of employees, anticipated hours at the facility and/or confirmation of supplies being provided, etc.)






  1. Experience.



The offeror's background, experience, and qualifications (relevant past projects performing similar services, certifications related to current requirement, etc.) will be assessed to determine the likelihood that the offeror can successfully perform the contract requirements. Offeror must have knowledge and experience with outdoor painting services.






  1. Past Performance.

    The Offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency’s knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services. Quote shall include at least two references for similar and relevant services including the phone number, full address, and e-mail address.





Offerors lacking relevant past performance history, or for whom past performance information is either not available or has not been submitted to the Government, will receive a neutral rating for past performance.






  1. Price.

    The quoted prices will be evaluated but not scored. The Government will evaluate the price quote for completeness and reasonableness in relation to the RFQ requirements. Quoted prices must be entirely compatible with the Non-Price Technical Solution.





THE GOVERNMENT INTENDS TO AWARD A TRADE-OFF SINGLE FIRM FIXED PRICE PURCHASE ORDER ON AN ALL OR NONE BASIS WITH PAYMENT TERMS OF NET 30.



(End of Provision)


Attachments/Links
Attachments
Document File Size Access Updated Date
Construction Posting NWWT42202300097.docx (opens in new window)
1 MB
Public
Jul 19, 2023
file uploads

Contact Information
Contracting Office Address
  • WESTERN ACQUISITION DIVISION 7600 SAND POINT WAY NE BLDG 1,
  • SEATTLE , WA 98115
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 19, 2023 11:03 am MDTCombined Synopsis/Solicitation (Original)

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 >