Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

19 -- RECOVERY--19--RECOVERY (ARRA); PROJECT NUMBER: 107224 -- PROVIDE REPLACEMENT WALKWAYS

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
US Army Corps of Engineers, Vicksburg District, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE09T8556
 
Response Due
9/26/2009
 
Archive Date
11/25/2009
 
Point of Contact
b4ctsttl, 6016317270
 
E-Mail Address
US Army Corps of Engineers, Vicksburg District
(toni.t.lowe@usace.army.mil)
 
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. Solicitation No. W912EE-09-T-8556 is being issued as a Request for Quote (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. This procurement is 100% set-aside for Small Business. The NAICS Code for this procurement is 332312, SIC Code is 1945, with a Size Standard of 500 employees. This requirement is funded under the American Recovery and Reinvestment Act of 2009, P.L. 111-5. This procurement may be quoted as follows: Line Item: 0001; Supplies/Services: Supply lightweight metal walkways (26 structures); Quantity: 1; Unit: Job; Lump Sum; Total Price: $_______. 1.0. SCOPE OF WORK 1.1.The work defined by this specification consists of furnishing and delivering commercially available replacement walkways/gangways for selected structures in the Greenwood Area in North-West to West-Central Mississippi. Structures are located in the vicinity from above Marks and just below Belzoni, Mississippi. See attachment for structure list. 1.2. Provide submittals for replacement walkway/gangways per this specification. Submittals shall include one copy of the product data and Operation and Maintenance Manuals. Include a dimension drawing of a typical walkway. Include detail information on the connections to existing structures. 1.3.Walkways shall be manufactured by a company in the business of supplying walkways for this type application for no less than 5 years and the product shall be of the latest design. Provide a list of Corps of Engineers contracts handled in the last three years. 1.4.No alterations shall be made to the structure to support unconventional applications. Supplied equipment must bolt to the existing structure where provided. 1.5.Delivery shall be to: U.S. Army Corps of Engineers Greenwood Area Office 100 Moore St. Greenwood, MS 38930 U.S. Army Corps of Engineers Marks Field Office 600 Rodgers Road Marks, MS 38646 U.S. Army Corps of Engineers Yazoo City Field Office 1020 Levee Road Yazoo City, MS 39194 1.6.Recommend a site visit to verify existing anchor bolts, walkway lengths and attaching point of structure. Walkway must be level with structure operator level and will rest on a footing on the levee. 2.0. All materials shall be free from defects and imperfections, of recent manufacture and unused. Materials not specifically described shall, as far as practicable, conform to the latest specifications on the American Society for testing and materials. 3.0.WALKWAYS: 3.1.The walkways/gangways shall be lightweight and constructed of aluminum that does not require any coating protection from weather and wear. Aluminum walkways shall be designed as a minimum using 6000 series marine grade aluminum to meet this spec. Walkways shall be built to carry up to 100#/sq.ft. 3.2.All walkways shall be a single span and eliminate support pilings used by existing walkways. Walkway lengths run from 15 to 83 feet with seven structures over 50 feet. 3.3.All metal fabrication shall be welded. Handrails shall be 40 to 42 inch height to meet safety requirements. Walkways shall be 36 inches wide at its narrowest point to join to existing handrails. 3.4.Surface of walkways shall be a 6000 series marine grade aluminum decking with a non-skid surface and welded in place at the time of construction. 3.5.Walkways shall come with security gates located so no one can climb around and gain access to the structure where possible. Security gates shall be constructed of 6000 marine grade aluminum tubing and all gate hardware shall be 300-series stainless steel. 4.0.MATERIALS AND SERVICES TO BE FURNISHED BY THE CONTRACTOR 4.1.The contractor shall provide shop drawings for equipment supplied. 5.0.QUALITY CONTROL 5.1.The contractor shall be responsible for all inspections and conformance to the requirements of these specifications and contract requirements. 5.2.The contractor shall be responsible to verify field measurements prior to purchasing any equipment. Contact Ferguson-Williams in Greenwood, MS at 601.453.0605 to schedule visits and learn the locations of the structures. 6.0.MISCELLANEOUS/GENERAL REQUIREMENTS 6.1.Acceptance shall be at delivery. 6.2.The contractor shall notify the purchasing agent, Ferguson-Williams, at their office in the Greenwood Area Office complex two days before the expected arrival so Gov. Representative can make arrangements for acceptance. Phone 601.453.0605. 6.3.Shipment. This solicitation request submission of offers on which the price has been determined on a basis of shipment and delivery F.O.B. destination. Offers submitted on any basis of shipment and delivery other than F.O.B. destination will be rejected as nonresponsive. Shipment and delivery shall be made to the point of contact in paragraph 1.5. The Contractor shall furnish packing (well crated to prevent physical damage) with delivered items. 6.4.Delivery will be to each of the offices described in section 1.5. 7.0.WARRANTY 7.1.The Contractor shall furnish the Government, under separate cover, the manufacturers standard commercial warranty for the walkways. Submittals: The contractor shall submit information verifying that the product and installation will meet the requirements of this solicitation. Offerors shall submit (in the quote package) sufficient technical literature, brochures, product descriptions, etc. to enable the Government to determine product quality. The contractor shall also submit (3) Past Performance references. Past Performance data shall include: 1. Clients Name, 2. Point of Contact (POC), 3. Phone Number, and 4. Clients E-mail Address. The quote package may be submitted electronically via email or facsimile. Evaluation and Selection Procedures: FAR Clause 52.212-1, Instructions to Offerors Commercial Items (JUN 2008) applies to this acquisition. All quotes submitted will be evaluated for technical capability. The government will issue purchase orders to the supplier whose quote is the lowest priced of those determined to meet the technical specifications. 1. Capability of providing the products in accordance with the requirements listed in the Scope of Work. 2. Company Experience: the Contractor shall provide sufficient documentation of experience as it pertains to the installation of the specified products. 3. Past Performance: in order to be determined as acceptable, the offeror must demonstrate that it has successfully performed work of similar nature, size, and scope. The lack of experience will not be evaluated favorably or unfavorably, provided that the contractor certifies that additional past performance data is not available. The following FAR Clauses apply to this acquisition: 52.000-4202 Minimum Insurance Requirements; 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 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006);. The following Clauses are also applicable to this acquisition: DFARS 252.204-7004 Alt A 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); 252.232-7010, Levies on Contract Payments, 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009), and 52.204-11, American Recovery and Reinvestment Act Reporting Requirements (MAR 2009). CCR registration is necessary. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process acquisition. Quotes are due 26 Sep 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/W912EE09T8556/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Vicksburg District ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN01957005-W 20090918/090917000234-ea18bd2b0fdecf91e75b0acca023123e (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.