Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
MODIFICATION

99 -- Miter Gate Pre-Stress Instrumentation Equipment.

Notice Date
9/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
US Army Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES09T0097
 
Response Due
9/30/2009
 
Archive Date
11/29/2009
 
Point of Contact
Shannon Matthews, 651-290-5304
 
E-Mail Address
US Army Engineer District, St. Paul
(shannon.matthews1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W912ES09t0097. The U.S. Army Corps of Engineers (USACE) St. Paul District intends to award a Firm Fixed Price Purchase Order. This requirement consists of providing Pre-Stress Instrumentation for the USACE Lock and Dam 5 in Minnesota City, MN. The solicitation number is W912ES-09-T-0097 and is issued as a request for quotation (RFQ). This solicitation will be issued in accordance with FAR Part 12 and evaluated in accordance with FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31. This procurement is 100 percent set aside for small business concerns. The associated North American Industrial Classification (NAICS) code is 334513 and the business size standard is 500 employees. This requirement consists of three (3) line items: 0001 L/D 5 Dewater-Miter Gate Pre-Stress Instrumentation: (Quantity 1, Unit: Lump Sum) See Attached Scope of work; 0002 Strain Gage Installation: (Quantity 1, Unit: Lump Sum) See Attached Scope of work; 0003 Strain Gage Reading/Reporting (Quantity 1, Unit: Lump Sum) See Attached Scope of work. Deliverables and acceptance of deliverables will be FOB destination, Minnesota City, MN. Desired The Period of Performance dates are from 4 Jan 2010 to 28 Feb 2010. This synopsis/solicitation incorporates one or more clauses and provisions by reference with the same force and effect as if they were stated in full text. Full text provisions and clauses can be viewed at http://farsite.hill.af.mil/. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. The following text is added to Paragraph (a) of FAR 52.212-2, Evaluation of Offers, Price and Delivery: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The provision at 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. Offerors shall submit a completed copy of this provision with each offer, or a copy of ORCA certification. Offerors are required to submit completed copies of provisions 52.212-3, 52.219-1, 252.212-7001, and 252.225-7000. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following clauses are identified in 52.212-5 and are considered applicable to this acquisition: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.225-13, and 52.232-33. Additional FAR and Department of Defense FAR Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7, 52.232-1, 52.243-1, 52.246-1, 52.247-34, 52.252-1, 52.252-2 and DFARS 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 (Alt A), 252.204-7006, 252.212-7001, 252.232-7010, and 252.243-7001. Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. Numbered Note 27 applies to this acquisition. All responsible sources that can meet the requirements may respond to this solicitation by submitting a quotation. Interested parties may request a full request for quote (RFQ), including specifications, by request to Shannon.L.Matthews@usace.army.mil. Offerors must be registered in the Central Contractor Registry located at www.ccr.gov prior to contract award. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. Offers are due no later than 12:00 p.m. (CST) on 30 September 2009. Questions may be submitted to Shannon.l.matthews@usace.army.mil, faxed (attn: Shannon Matthews, 651-290-5706), or mailed to U.S. Army Corps of Engineers, St. Paul District, Attn: Shannon Matthews, Contracting Division, 190 5th Street East, Suite 401, St. Paul, MN 55101-1638. Telephonic inquiries will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES09T0097/listing.html)
 
Place of Performance
Address: US Army Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
 
Record
SN01966413-W 20090924/090923003428-c37377b7d0f4c1ebd3c1b6a583f0d1f9 (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.