Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOLICITATION NOTICE

10 -- CIPP liners

Notice Date
6/8/2009
 
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
W912EE09T1673
 
Response Due
6/23/2009
 
Archive Date
8/22/2009
 
Point of Contact
b4ctsttl, 6016317270<br />
 
E-Mail Address
US Army Corps of Engineers, Vicksburg District
(toni.t.lowe@usace.army.mil)
 
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 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. Solicitation Number W912EE-09-T-1673 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 2005-32. The NAICS Code for this procurement is 325211. The SIC Code is 2821 Synthetic Resins and SIC Code, 1799, Special Trace Contractors, not elsewhere classified with a number of employees not exceeding 750. The USACE, Vicksburg District has a requirement for four liners for four deteriorating pipes. This procurement may be quoted as follows: Line Item 00001 Supplies/Services: Furnish and install pipe liners, Quantity: 4, 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 407+62.84Two, 48-inch241 feet32 feet 601+32 Two, 48-inch248 feet33 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 at a minimum 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 5515.1, W91deg 34 24.4, station 407+62.84, and coordinates N31deg 53 17.8 W91deg 34 32.9, station 601+32. 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 coordinate the preparatory work for the delivery and installation of the liners. 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. 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. 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. Offerors shall submit (in the proposal package) 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. The following clauses apply to the acquisition: The following FAR Clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. The following clauses and provisions are incorporated. 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, and the following clauses cited within that clause: FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003); 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 252.201-7000 Contracting Officers Representative (DEC 1991); DFARS 252.204-7004 Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008). CCR registration is necessary. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process acquisition. Quotes are due 23 June 2009 not later than 2:00 p.m. to U.S. Army Corps of Engineers, ATTN: Toni T. Lowe, 4155 East Clay Street, Vicksburg, MS 39183. Quotes may also be sent via email to: toni.t.lowe@usace.army.mil. For information concerning this solicitation, contact Toni T. Lowe at (601) 631-7270; email: toni.t.lowe@usace.army.mil; fax: (601) 631-7261.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE09T1673/listing.html)
 
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
SN01838249-W 20090610/090608234416-edc830e1219f02a34e9325992a1ee0b2 (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.