Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2010 FBO #3309
MODIFICATION

95 -- Manufacture, Supply, and Delivery of Eight (8) Tainter Gate Machinery Housings.

Notice Date
12/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
USACE District, Nashville, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-11-B-0004
 
Response Due
12/29/2010
 
Archive Date
2/27/2011
 
Point of Contact
Isaac J. Taylor, 615-736-5679
 
E-Mail Address
USACE District, Nashville
(isaac.j.taylor@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 Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Bids are being requested and a written solicitation will not be issued. This solicitation is being issued as Invitation for Bid (IFB) Number W912P5-11-B-0004. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. The North American Industry Classification System (NAICS) Code is 332999 with a small business size standard of 500 employees. This acquisition is a 100% small business set-aside. From this IFB, the Government intends to award one firm-fixed price, commercial item contract. The Government intends to award without discussions to the responsible and responsive bidder that provides the lowest price. The period of acceptance of bids that the bidder agrees to hold the price in its bid will be 60 calendar days from the date of receipt of bid. REQUIREMENT: The contractor shall furnish all labor, materials, supplies and equipment to manufacture, supply and deliver eight (8) tainter gate machinery housings at Cheatham Dam in accordance with the specifications and drawings mentioned below. The date of completion shall be 122 Calendar days after issuance of notice to proceed. The place of delivery and acceptance is FOB Destination: Cheatham Dam, 1799 Cheatham Dam Road, Ashland City, Tennessee 37015-9805 MANUFACTURE, SUPPLY AND DELIVER EIGHT (8) TAINTER GATE MACHINERY HOUSINGS: LUMP SUM TOTAL PRICE: $ __________________ Contractor is required to sign this document and return the original and one (1) copy to the issuing office. Contractor agrees to furnish and deliver all items set forth or otherwise identified above and on any additional sheets subject to the terms and conditions specified herein. SIGNATURE OF OFFEROR/CONTRACTOR:____________________________ NAME AND TITLE OF SIGNER_____________________________________________ DATE SIGNED:__________________ DUNS:__________________________ CAGE:__________________________ SPECIFICATIONS AND DRAWINGS: Specifications and Drawings will be provided as separate files and will be available in FBO due to the size and pages associated with each. See the complete drawings and specifications package located at the following website: www.fbo.gov. The following Drawings and Specifications shall be considered an official part of the contract: "11B0004Plans.pdf" - Contract drawings "11B0004TSpecs.pdf" - Technical specifications SITE VISIT: Bidders should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work and the general and local conditions that can affect the work or the cost thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government will assume no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the solicitation, the specifications or related documents. Bidders should inspect the job site prior to submitting a bid. A site visit has been scheduled at Cheatham Powerplant, 2250 Cheatham Dam Road, Charlotte, TN 37036 on December 13, 2010 at 9:00 a.m. Central time. This will be the only site visit for this project. If you miss the scheduled site visit, no other arrangements will be made due to personnel and time restrictions. REGISTRATION: Prospective bidders wishing to participate in the site visit are encouraged to register by providing the following information no later than 1:00 p.m. Central time on December 10, 2010, to Contract Specialist Isaac J. Taylor via email at Isaac.J.Taylor@USACE.ARMY.MIL: Name of firm, Name and position title of primary point-of-contact and their telephone number, email address, and Number of attendees participating in the site visit. BIDDER'S QUALIFICATIONS: To determine Contractor responsibility, the bidder may be requested by the Government to submit a statement regarding previous experience in performing comparable work, business and technical organization, financial resources, and plant available to perform the work. The following is required from the successful low bidder prior to actual award of the contract: a minimum of one (1) banking reference, business line of credit letter from bank, a copy of the most recent financial statement for their firm and a minimum of three (3) past performance references for similar contracted work. *PLEASE NOTE SECTION 3. QUALITY ASSURANCE, IN SPECIFICATIONS* PUBLIC OPENING OF BIDS: Bids will be publicly opened at 2:00 p.m. Central on December 29, 2010, at the Estes Kefauver Federal Building, U.S. Army Corps of Engineers (USACE) Conference Room A-655 (6th floor), 110 9th Avenue South, Nashville, Tennessee, 37203. The content will be made public for the information of bidders and others interested, who may be present. MODIFICATIONS PRIOR TO DATE SET FOR CLOSING OF INVITATION FOR BID. The right is reserved as the interest of the Government may require, to revise or amend the specifications or drawings or both prior to the date set for submission of bid. Such revisions and amendments, if any will be announced by an amendment or amendments to this IFB. If the revisions and amendments are of a nature which requires material changes in quantities or prices proposed or both, the date set for receipt of bids may be postponed by such number of days as in the opinion of the issuing officer will enable bidder to revise their bid. In such cases, the amendment will include an announcement of the new date for receipt of bid. CENTRAL CONTRACTOR REGISTRATION (CCR): All contractors must be successfully registered in the CCR database, www.ccr.gov, to be considered for award. See FAR Clause 52.212-4. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA): Effective January 1, 2005, contractors who submit a proposal are required to register in the ORCA database, https://orca.bpn.gov. ORCA registration replaces the hard copy of Representations and Certifications. POC FOR COMMUNICATIONS: Any communications regarding this procurement must be made in writing to the Contracting Division, Attn: Isaac J. Taylor at email Isaac.J.Taylor@Usace.Army.Mil or facsimile: (615) 736-7124. Inquiries must identify the solicitation number, the requestor's company name, address, email address, telephone and facsimile numbers to include area code. Phone calls or requests to arrange meetings at the Nashville District during the solicitation period to discuss project requirements or company's capabilities are highly discouraged and will not be scheduled. DEADLINE FOR QUESTIONS: Any questions pertaining to this procurement must be addressed in writing to the above POC for communications by no later than 8:00 a.m. Central on December 16, 2010. IFB SUBMITTALS: The following documents must be submitted with your IFB in original and one (1) copy: The combined Synopsis/Solicitation document with price included Representations and Certifications, unless you are currently registered in ORCA Tax Payer ID Number, if not supplied with your Representations and Certifications. Copy of Teaming or Partnering agreement or Joint Venture agreement if chosen as the successful contractor (within 10 Business Days for notice of award). If not registered in ORCA, fill-in FAR Clause 52.212-3. WHERE TO SUBMIT IFB: Bidders shall submit sealed IFB packages to the USACE address listed below. Receipt of delivery is highly recommended. The Government will accept sealed IFB packages prior to the due date. It is highly recommended that IFB packages be received at the address listed below at least one day prior to due date to avoid a possible late bid situation. The Government will accept hand delivered packages until the time of bid closing. The Government must be in receipt of your IFB by the bid closing time, 2:00 p.m. Central, December 29, 2010. If hand delivered or sent via carrier requiring physical address: U.S. Army Corps of Engineers Nashville District Contracting Division CELRN-CT ATTN: Isaac J. Taylor Solicitation W912P5-11-B-0004 110 9th Avenue South, Room A-604 Sixth Floor Nashville, Tennessee 37203 If being sent via postal service: U.S. Army Corps of Engineers Nashville District Contracting Division CELRN-CT, A-604 ATTN: Isaac J. Taylor Solicitation W912P5-11-B-0004 P.O. Box 1070 Nashville, Tennessee 37202 The following provisions and clauses apply: 52.203-12, Limitation On Payments To Influence Certain Federal Transactions (OCT 2010) 52.204-4, Printed or Copied Double-Sided on Recycled Paper (AUG 2000) 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006) 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008) *52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009) Alternate I (APR 2002). *This clause must be filled out and sent with bid if not registered in ORCA. 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2010) (DEVIATION). The following apply under this clause: 52.222-50, Combating Trafficking in Persons (FEB 2009), Alternate I (Aug 2007) of 52.222-50 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) ( 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.219-6, Notice of Total Small Business Set-Aside (JUL 2003) 52.219-28, Post Award Small Business Program Representation (APR 2009) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2010) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007) 52.222-35, Equal Opportunity for Veterans (SEP 2010) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37, Employment Reports on Veterans (SEP 2010) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEP 2010) 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.214-3, Amendments To Invitations For Bids (DEC 1989) 52.214-4, False Statements In Bids (APR 1984) 52.214-5, Submission Of Bids (MAR 1997) 52.214-6, Explanation To Prospective Bidders (APR 1984) 52.214-7, Late Submissions, Modifications, and Withdrawals of Bids (NOV 1999) 52.214-10, Contract Award--Sealed Bidding (JUL 1990) 52.222-22, Previous Contracts And Compliance Reports (FEB 1999) 52.222-25, Affirmative Action Compliance (APR 1984) 52.223-6, Drug-Free Workplace (MAY 2001) 52.225-18, Place of Manufacture (SEP 2006) 52.232-8, Discounts For Prompt Payment (FEB 2002) 52.232-11, Extras (APR 1984) 52.253-1, Computer Generated Forms (JAN 1991) 252.212-7000, Offeror Representations and Certifications- Commercial Items (JUN 2005) 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (SEP 2010) the following apply under this clause: 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 252.225-7000 Buy American Act-Balance of Payments Program Certificate (JAN 2009)(DEVIATION) 252.232-7010 Levies on Contract Payments (Dec 2006)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-11-B-0004/listing.html)
 
Place of Performance
Address: Cheatham Lock 1799 Cheatham Dam Road Ashland City TN
Zip Code: 37202-1070
 
Record
SN02344008-W 20101216/101214234533-fe6e620d5b1d9dc377914a6faf859704 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.