Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

54 -- Furnish, Deliver, and Install One Pre-Engineered Open-Air Building at the Enid Lake Maintenance Shop Compound Area in Enid, Mississippi

Notice Date
8/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-10-T-0061
 
Response Due
8/30/2010
 
Archive Date
10/29/2010
 
Point of Contact
Anitra Wilson, 601-631-5341
 
E-Mail Address
USACE District, Vicksburg
(anitra.d.wilson@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; proposals are being requested and a written solicitation will not be issued. Solicitation Number W912EE-10-T-0061 is being issued as a Request for Quotation (RFQ) with the intent to award using simplified acquisition procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This procurement is set aside 100% for small businesses under NAICS code 332311 with a size standard of 500 employees. SPECIFICATIONS. The USACE, Vicksburg District, has a requirement to Furnish, Deliver, and Install One Pre-Engineered Open-Air Building at the Enid Lake Maintenance Shop Compound Area in Enid, Mississippi. See the complete Specifications, Attachment 1, at the Additional Documentation link located in the Additional Info section below. SERVICES/PRICES SHEET (QUOTE SHEET). This requirement may be quoted using the Services and Prices Sheet (Quote Sheet) contained in Attachment 2. Please also complete the General Information Form contained in Attachment 2. CLAUSES: The full text of all FAR provisions and clauses may be accessed electronically at www.farsite.hill.af.mil. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, is applicable to this acquisition. See the Evaluation and Selection Procedures section below. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, Alternate I, with its offer. See Attachment 2 for the full text of version of 52.212-3, Alt I. 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 (July 2010), applies to this acquisition. The following additional FAR clauses cited in FAR Clause 52.212-5, Alt II are applicable to this acquisition: (1) 52.219-6, Notice of Total Small Business Aside (June 2003), (2) 52.219-28, Post Award Small Business Program Re-representation (Apr 2009), (3) 52.222-3, Convict Labor (June 2003), (4) 52.222-19, Child LaborCooperation with Authorities and Remedies (Aug 2009), (5) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (6) 52.222-26, Equal Opportunity (Mar 2007), (7) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), (8) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), and (9) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003). The following DFARS Clauses are applicable to this acquisition: 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009). The following additional clauses cited in DFARS Clause 252.212-7001 are applicable to this acquisition: (1) 52.203-3, Gratuities (APR 1984), (2) 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009), and (3) 252.232-7003, Electronic Submission of Payment Requests (Mar 2008). DFARS Clause 252.225-7000, Buy American Act--Balance of Payments Program Certificate (Jan 2009) and 252.232-7010, Levies on Contract Payments (DEC 2006), are applicable to this requirement. EVALUATION AND SELECTION PROCEDURES: See Contract Clause 52.212-1, Instructions to Offerors-Commercial Items. In Accordance with 52.212-1(g), the Government intends to evaluate quotes and award one firm-fixed price contract without discussions; however, the Government reserves the right to conduct discussions if the Contracting Officer deems necessary. All quotes submitted will be evaluated for technical capability. Information or data which is incorporated by reference or otherwise referred to may not be considered. The award will be made to the contractor whose quote is the lowest priced of those determined to meet at least the minimum requirements for capability to perform. Capability to Perform is defined as meeting the minimum requirements in Company Experience and Past Performance as listed below. Significant factors that will affect contract award: 1. Company Experience - In order to be determined to be technically acceptable, the offeror must demonstrate that it possesses experience on contracts of a similar nature, size, scope, and complexity, utilizing a comparable number of personnel with like skills such that the Government can make an affirmative determination that the offeror has sufficient experience to be able to perform the required services satisfactorily. 2. Past Performance - In order to be determined to be acceptable, the offeror must demonstrate that its firm has had acceptable performance on contracts of a similar nature, size, scope, and complexity, utilizing a comparable number of personnel with like skills. The lack of past performance information will not be evaluated favorably or unfavorably for this factor provided that the prospective contractor certifies that additional past performance information is not available and provides an acceptable explanation as to why additional past performance is not available. Prospective contractors must include with their quote all information required by the Evaluation and Selection Procedures above. TECHNICAL INQUIRIES AND QUESTIONS. All technical inquiries and questions relating to W912EE-10-T-0061 are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that the information on the next screen is correct and click on continue. From this page you may view all bidder inquiries or add inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-10-T-0061 The Bidder Inquiry Key is: 8XH6MU-6UX3CU Bidders are encouraged to submit questions at least 5 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. For Help with the ProjNet System; the call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Offerors should check the FedBizOpps Web Page often for changes (AMENDMENTS) to this solicitation. Quotes are due 30 August 2010 not later than 4:00 p.m. at the USACE Vicksburg District, 4155 Clay Street, Vicksburg, MS 39183-3435, Attn.: Anitra Wilson, CT-S. For information concerning this solicitation contact Anitra Wilson at Anitra.D.Wilson@usace.army.mil or (601) 631-5341.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-10-T-0061/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN02241712-W 20100818/100816234713-a692ebaa6734c50e20052b266a083deb (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.