Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2009 FBO #2643
SOLICITATION NOTICE

20 -- Replace Doors on Dredge Hurley

Notice Date
2/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Memphis, US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-09-Q-0012
 
Response Due
3/3/2009
 
Archive Date
5/2/2009
 
Point of Contact
Jackie Primer, 1-901-544-3340<br />
 
Small Business Set-Aside
Total Small Business
 
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 is W912EQ-09-Q-0012. This acquisition is issued as a Request for Proposal. The quote shall consist of one (1) contract line item: (CLIN) 0001, Contract will provide all material, labor and equipment to replace doors in accordance with the below statement of work: STATEMENT OF WORK REPLACE DOORS ON THE DREDGE HURLEY 1.0OBJECTIVE The objective of this Statement of Work is for the replacement doors on the Dredge Hurley. 2.0EQUIPMENT LOCATION The vessel will be located at Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109. The point of contact will be Arkelious Benton, 901-573-3910. 3.0PERIOD OF PERFORMANCE The period of performance for this project is 5 calendar days which is to be arranged with the Dredge Hurley and performed within 60 days of contract award. The actual time of installation will be coordinated with winning bidder based on mission requirement. 4.0CONTRACTOR RESPONSIBILITIES: The successful offeror will be responsible for the following requirements: 4.1Contractor is to provide all labor, equipment and material for the entire scope of work. 4.2All contractor equipment will be removed immediately from government property at job completion. 4.3Final inspection with Contracting Office Representative. 4.4The contractor will be responsible for damages and repairs to any Corps of Engineers equipment associated with the project 5.0 STATEMENT OF WORK: Contractor shall furnish all labor, equipment and material to replace doors as indicated below: (1)Bridge door (30 x 72) stainless steel insulated brushed door with stainless steel door casting with double windows, smoked, tinted safety glass with stainless steel hinges and Yale MF#E8807FLLH26D door hardware. Door will have rubberized door seal. (2)Bridge door (30 x 76) stainless steel insulated brushed door with stainless steel door casting with one single windows, smoked, tinted safety glass with stainless steel hinges and Yale MF#E8807LLH26D door hardware. Door will have rubberized door seal. (3)Engine room double doors (30 x 72) stainless steel insulated brushed door with stainless steel door casting with one single windows, smoked, tinted safety glass with stainless steel hinges and two Yale MF#E8807LLH26D door hardware. Doors will have rubberized door seal. (4)Engine room single doors (30 x 72) stainless steel insulated brushed door with stainless steel door casting with double windows, smoked, tinted safety glass with stainless steel hinges and Yale MF#E8807FLLH26D door hardware. Door will have rubberized door seal.. 6.0SERVICE CONTRACT ACT In accordance with the Service Contract Act, all employees will be paid in accordance with appropriate SCA Wage Determination. 6.0 CONTRACTING OFFICER /CONTRACTING OFFICERS REPRESENTATIVE 6.1 Contracting Officers Representative: The Contracting Officers Representative, or COR, is appointed by the Contracting Officer as the representative overseeing contractor operations. No instructions of the Contracting Officer's Representative or lack thereof will at any time relieve the Contractor from the responsibility of complying fully with all requirements of statement of work and the contract. The Contracting Officer's Representative is not authorized to waive or alter in any respect any of the terms or requirements of the contract, nor to make additional requirements. 6.2Contracting Officer: The Contracting Officer is the only Government representative with the authority to bind the Government and make changes to the contract. Any changes to the contract involving an increase or decrease in funds or performance period will be issued by formal contract modification. 7.0 FINAL INSPECTION All work performed shall be jointly inspected by the Contractor and the Contracting Officers Representative. The COR will determine if the required work has been completed in a satisfactory manner. 8.0 Site Visit Contractors are encouraged and expected to attend a site visit where the work will be performed. An organized site visit has been scheduled for February 25, 2009 at 01:00 p.m. CST. Participants will meet at: Ensley Engineer Yard, 2915 Riverport Road, Memphis, This solicitation is set-aside 100% for small businesses. The associated NAICS code is 336611 with a size of 1,000 personnel. Contractors shall submit a lump sum quotation to include all chargers. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of the method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1, Instructions to OfferorsCommercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3, Offeror Representation and CertificationsCommercial Items; FAR 52.212-4, Contract Terms and ConditionsCommercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (Dev); 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 52-222-36,Affirmative Action For Workers With Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (CCR); FAR 52.252-2 Clauses to Incorporate by Reference; FAR 252.225-7002 Qualifying Country Sources of Subcontracting; DFAR 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items; FAR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.247-7023, Transportation of Supplies by Sea, Alternate III. The solicitation will be issued on/about February 18, 2009. Any questions shall be addressed to Jackie.primer@usace.army.mil by email only NLT February 27, 2009 at 2:00 PM. Responses to this solicitation must be received no later than March 3, 2009 @ 11:00 AM CST. Quotes should be addressed to Jackie Primer, Contract Specialist, 167 N. Main Street, Memphis, TN 38103, Phone (901) 544-3340, Fax (901) 544-3710, Email Jackie.primer@usace.army.mil. Vendors must be registered in Central Contractor Registration (CCR) prior to award to be eligible for award. Vendors may register in CCR by calling 1-888-227-2423 or online at www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dd24573dfadb993626e8e454e3d0e35b&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN<br />
Zip Code: 38103-1894<br />
 
Record
SN01752297-W 20090220/090218215742-dd24573dfadb993626e8e454e3d0e35b (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.