Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

28 -- RECOVERY--28--The Wilmington District of the Army Corp of Engineers requests the procurement of 2 new complete marine propulsion systems.

Notice Date
7/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Savannah, US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-T-0068
 
Response Due
8/6/2009
 
Archive Date
10/5/2009
 
Point of Contact
John Mayo, 910-251-4884<br />
 
E-Mail Address
US Army Corps of Engineers, Savannah
(john.p.mayo@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is being posted as an avenue to provide Request for Proposals W912HN-09-T-0068. In accordance with Federal Acquisition Regulation (FAR) 5.202 (a) (13), Exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is reserved exclusively for small business concerns. The solicitation number is W912HN-09-T-0068, and the solicitation is issued as a request for proposal (RFP). The NAICS code is 333618 with a small business size standard of 1000 employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-33. Description of Requirement: The Wilmington District of the Army Corp of Engineers requests the procurement of 2 new complete marine propulsion systems consisting of engines, transmissions, jet drives, controls and related equipment for the survey vessel Sanderson in accordance with attached specifications. CONTRACT LINE ITEM NUMBERS: 0001 Caterpillar propulsion systems-- Provide 2 new complete Caterpillar propulsion systems consisting of engines, transmissions, jet drives, controls and related equipment for the survey vessel Sanderson. This Request for Proposal incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.arnet.gov/far/. "52.202-1, Definitions "52.203-6, Restrictions On Subcontractor Sales To The Government "52.203-6, Alt I, Restrictions On Subcontractor Sales To The Government "52.204-7, Central Contractor Registration "52.204-9, Personal Identity Verification of Contractor Personnel "52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment "52.212-1, Instructions to Offerors--Commercial Items "52.212-2, Evaluation--Commercial Items "52.212-3, Offeror Representations and Certifications--Commercial Items "52.212-4, Contract Terms and Conditions--Commercial Items "52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items o52.222-50, Combating Trafficking in Persons, Alternate I o52.233-3 Protest After Award o52.233-4, Applicable Law for Breach of Contract Claim o52.219-6, Notice of Total Small Business Set-Aside o52.219-28, Post Award Small Business Program Rerepresentation o52.222-3, Convict Labor o52.222-19, Child Labor--Cooperation with Authorities and Remedies o52.222-21, Prohibition of Segregated Facilities o52.222-26, Equal Opportunity o52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans o52.222-36, Affirmative Action for Workers with Disabilities o52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans o52.225-13, Restrictions on Certain Foreign Purchases o52.232-33, Payment by Electronic Funds Transfer "52.219-1, Small Business Program Representations "52.219-8, Utilization of Small Business Concerns "52.219-14, Limitations On Subcontracting "52.232-4009, Designated Payment Office "52.233-2, Service of Protest "52.247-21, Insurance-Work on a Government Installation "52.247-34, F.O.B. Destination "52.252-1, Solicitation Provisions Incorporated by Reference "52.252-2, Clauses Incorporated by Reference "52.253-1, Computer Generated Forms "252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A, "252.204-7006, Billing Instructions "252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country "252.212-7000, Offeror Representations and Certifications- Commercial Items "252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items o252.225-7001, Buy American Act and Balance of Payments Program o252.232-7003, Electronic Submission of Payment Requests and Receiving Reports "252.232-7010, Levies on Contract Payments "252.243-7001, Pricing Of Contract Modifications Evaluation Factors: Award will be made to the lowest priced, technically acceptable offer. PARTIES INTERESTED IN RESPONDING TO THIS RFP may submit their proposal in accordance with standard commercial practice (i.e. proposal form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. PROPOSALS ARE DUE NOT LATER THAN 11:00 AM, EASTERN DAYLIGHT TIME, 6 August, 2009. YOU ARE ENCOURAGED TO SUBMIT PROPOSALS ELECTRONICALLY. They may also be submitted on letterhead and faxed to the attention of the Contract Specialist, John Mayo at 910-251-4884. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) must be submitted along with each proposal. The government reserves the right to cancel this solicitation. This announcement and written request for proposal constitutes the only Request for Proposal that will be made for this requirement. Electronic proposals are now being accepted vie email; John.P.Mayo@usace.army.mil or by fax at (910) 251-4884.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-09-T-0068/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Savannah P.O. Box 889, Savannah GA<br />
Zip Code: 31402-0889<br />
 
Record
SN01875816-W 20090717/090715235508-cd8a204bd5d3c9d496c362631af9f993 (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.