Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

99 -- Cured In Place Pipe Liners located in Tensas Parish, LA

Notice Date
8/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325211 — Plastics Material and Resin Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Vicksburg District, US Army Corps of Engineers, Vicksburg District, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-08-T-0028
 
Response Due
9/8/2008
 
Archive Date
11/7/2008
 
Point of Contact
graham.landers.grant, 601-631-5666<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemental with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation Number W912EE-08-T-0028 is being issued as Request for Quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-26. The NIACS Code for the is procurement is 325211 (SIC 2821 and 1799). The USACE, Vicksburg District has a requirement for four liners for four failed pipes. This procurement may be quoted as follows: Line Item 00001 Supplies/Services: Furnish and install of 4 pipe liners, for Lump Sum Price: $______________. 0001 Pipe liners. General. The resin impregnated flexible tube cured in place (CIPP) liners supplied under this contract shall be new and meet ASTM F1216, ASTM F1743, ASTM D5813, ASTM D790, and ASTM D2990 requirements. The failed pipes being lined have the following criteria: Location StationCulvert DiameterApprox. Culvert LengthOverburden 368+06.00Two, 48-inch276 feet33 feet 572+81.83Two, 54-inch263 feet31 feet Pipe liners shall be self supporting with the above conditions and designed for -fully deteriorated pipe-. Overall, the hydraulic cross-section shall be maintained as large as possible. The CIPP shall have a minimum of the full flow capacity of the original pipe before rehabilitation. Upon completion of the structural rehabilitation the culverts shall be inspected in accordance with the above ASTM standards. A camera specifically designed for such purposes shall be used during this inspection. A color recording shall be made and provided to the COR for acceptance. Quantity to be delivered. The contractor shall deliver and install 4 resin impregnated flexible tube cured in place (CIPP) liners under this item. Delivery Location: The liners to be supplied under this contract shall be installed at two structures located in Tensas Parish, Louisiana at coordinates N31deg 5549.6, W91deg 34 25.9, station 368+06, and coordinates N31deg 53 42.7 W91deg 34 21.2, station 572+81.83. Directions to the sites can be obtained by contacting the COR at 318-336-5226, ext. 23701. Pre-work Meeting and Schedule: The supplier must contact the COR within 24 hrs of contract award and arrange a pre work meeting to occur within 3 days of contract award. The meeting will include the product installation process as well as preparatory work to be conducted by the government and local levee district prior to and concurrent with the installation. A Notice-To-Proceed will be issued by the COR after the pre-work meeting. The work shall be completed within 30 days of contract award. Preparatory Work: The Government will perform and coordinate the preparatory work for the delivery and installation of the liners. This preparatory work shall not be priced in the quote. The preparatory work will include the placement of wooden mats on the inlet side of the pipes to provide a working platform over the existing ground surface. The work will also include the removal of ponded water from the pipe outlet areas to allow installation of the liners. Submittals: The contractor shall submit information verifying that the product and installation will meet the requirements of this solicitation. The lack of sufficient information required could cause for the rejection of the quotation. Award shall be made to the responsive and responsible offeror whose quote is determined to offer the best value to the Government considering price. The Government intends to make a single award for one lump sum including the 4 pipe liners and their installation and offers for less than the required quantity will not be accepted. The Government intends to award without discussions (while reserving the right to hold discussions if determined advantageous to the Government), and offerors are encouraged to provide their best proposed pricing in their initial offer. The Clause 52.212-2, Evaluation-Commercial Items applies to this acquisition. Offeror shall submit with his/her quotation sufficient technical literature, brochures, product descriptions, etc. to enable the Government to determine product quality. Quotes/Offers may be submitted electronically via email, providing that they are complete and provide all required information. You will be evaluated only on the information you provide at the time the response is due, and not on any information submitted as -hard copy to follow- or the like. FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer.. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.212-4 - Contract Terms and Conditions--Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Dev) and the following clauses cited within that clause: FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim. The following Clauses are also applicable to this acquisition: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items; FAR 252.232-7003 Electronic Submission of Payment Requests. See Clause 252.204-7004 ALT)! If you are not registered in the CCR, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process acquisition. Quotes are due 08 September 2008 not later than 2:00 p.m. at the USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG, MS 39183-3435, ATTN: LANDERS GRANT. For information concerning this solicitation contact Landers Grant at 601-631-5666 or email at landers.grant@usace.army.mil. SPECIAL NOTES TO BIDDERS " Quotes are due 08 September 2008 by 2:00 PM at the District Headquarters Office located at 4155 Clay Street, Vicksburg, MS 39183-3435. " Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. " Quote must be clearly marked for Solicitation No. W912EE-08-T-0028 with the Attn. of Landers Grant or Jack Little. Contracting Division - telephone (601)631-5666 or (601) 631-7264 or (601)631-5355
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a43917f01e0b26aa45e0de6ed31c8d4e&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Vicksburg District ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS<br />
Zip Code: 39183-3435<br />
 
Record
SN01653984-W 20080830/080828221737-a43917f01e0b26aa45e0de6ed31c8d4e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.