Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
SOLICITATION NOTICE

W -- LEASE OF ONE TENDER BOAT WITH OPERATING PERSONNEL

Notice Date
6/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-13-T-0033
 
Response Due
7/10/2013
 
Archive Date
8/25/2013
 
Point of Contact
Leah B. Cobb, 6016317905
 
E-Mail Address
USACE District, Vicksburg
(leah.b.cobb@usace.army.mil)
 
Small Business Set-Aside
N/A
 
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-13-T-0033 is being issued as a Request for Quote with the intent to issue a single award Firm-Fixed Price contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-66. THIS PROCUREMENT IS BEING COMPETED AS A 100% SMALL BUSINESS SET-ASIDE. The NAICS code for this procurement is 532411; with a size standard of $7.0 MILLION for a Firm Fixed Price contract. This procurement may be quoted as follows: Line Item 0001, Lease of (1) Tender Boat with Operating Personnel; Quantity: 196; Unit: Days; Unit Price: $__________; Total Line Item Price: $__________. Line Item 0002, Option to Extend Lease of (1) Tender Boat with Operating Personnel; Quantity: 30; Unit: Days; Unit Price: $__________; Total Line Item Price: $__________. PRODUCT SPECIFICATIONS: Reference the Attachments posted with this solicitation under the quote mark Additional documentation quote mark link toward the bottom of this announcement: SPECIFICATIONS FOR TENDER BOAT BID SCHEDULE DATA AND INSPECTION SHEETS WAGE RATES Prior to award, the Contracting Officer, his duly authorized representative, or the CORPS Safety Officer will make an inspection of the equipment offered to determine the condition and suitability for the service for which it will be used. If found that the equipment offered is not suitable for the purpose intended, or that it is not in good mechanical condition, it will not be accepted and the bidder on that equipment may be determined non-responsive. If deficiencies are of a minor nature and may be easily repaired, the bidder will be given seven days to correct all deficiencies found. Examples of minor deficiencies are found on the MVK Form 385-18-R, Safety Inspection Checklist for Towboats and Tenders. If the deficiencies are not corrected within the seven day period, the offer will be determined non-responsive. However, in case of award, this inspection will not relieve the Contractor from the satisfactory operation of the equipment during the period of the contract or any extension thereof. Additionally, the contractor SHALL SUBMIT THE COMPLETED DATA SHEET (See Attachments) with the proposal. SAM Registration: All offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Note to offerors, The Central Contractor Registration (CCR) has been retired and replaced with SAM. In all instances where CCR is referenced you must refer to SAM. EVALUATION OF OFFERS: FAR Clause 52.212-2 EVALUATION-COMMERCIAL ITEMS (JANUARY 1999) (a) 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 following factors shall be used to evaluate offers: (1) Technical Capability (2) Satisfactory Past Performance (3)Price All Factors are of equal importance. All quotes submitted will be evaluated for Technical Acceptability, Satisfactory Past Performance & Price. The government will issue award to the offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined technically acceptable & demonstrates satisfactory past performance. (1) Technical Capability - Is defined as the ability to meet the minimum requirements as specified in this solicitation and the attached specification document (See Attachments). Prior to award, the Contracting Officer or his duly authorized representative will make an inspection of the equipment offered to determine the condition and suitability for the service for which it will be used. If found that the equipment offered is not suitable for the purpose intended, or that it is not in good mechanical condition, it will not be accepted and the bidder on that equipment may be rejected as non-responsive. If deficiencies are of a minor nature and may be easily repaired, the offeror will be given seven days to correct all deficiencies found. Examples of minor deficiencies are found on the MVK Form 385-18-R, Safety Inspection Checklist for Towboats and Tenders. If the deficiencies are not corrected within the seven day period, the offer will be rejected as non-responsive. However, in case of award, this inspection will not relieve the Contractor from the satisfactory operation of the equipment during the period of the contract or any extension thereof. Additionally, the contractor SHALL SUBMITT THE COMPLETED DATA SHEET WITH THEIR QUOTE. The contractor shall provide sufficient documentation of their technical capability, such as experience of the company and/or the key personnel and crew who will be performing the work, resumes, equipment lists, etc. or other information to enable the Government to determine the company's capability on projects of similar type, size, scope and complexity. (2) Satisfactory Past Performance- to demonstrate satisfactory past performance the offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope and complexity, performed within the last three (3) years including references, with names and contact information of the references who can verify such past performance. Past performance information of key personnel may be provided if the company has limited or no past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated as neutral on Past Performance, providing the offeror supplies a certified statement with their offer that no past performance information is available. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the offeror. It is incumbent upon the offeror to submit sufficient information for the Government to determine technical acceptability, successful and satisfactory past performance and price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. Bids are due 10 July 2013 not later than 2:00 p.m. (CST) to U.S. Army Corps of Engineers, ATTN: Leah Cobb, 4155 East Clay Street, Vicksburg, MS 39183-3435. Bids may be submitted electronically via email, providing that they are complete and provide all required information to: Leah.B.Cobb@usace.army.mil. For information concerning this solicitation, contact Leah Cobb at (601) 631-7905; E-mail: Leah.B.Cobb@usace.army.mil. The following FAR Clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications - Offerors must include a completed copy of this provision with this offer; FAR 52.212-4 Contract Terms and Conditions - Commercial Items (MAR 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (AUG 2009) - Alternate II (MAY 2009), and the following clauses cited within that clause: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995); FAR 52.217-8 Option to Extend Services (Nov 2009); FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000); FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns (May 2004); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219-28 Post Award Small Business Program Re-representation (Apr 2009); 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; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-41 Service Contract Act of 1965 (Nov 2007); FAR 52.222-42 Statement of Equivalent Rates for Federal Hire (May 1989); FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (Sep 2009); FAR 52.222-54 Employment Eligibility Verification (Jan 2009); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.228-5 Insurance - - Work on a Government Installation (Jan 1997); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.204-7004 (Alt A.) Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912EE-13-T-0033 are to be submitted via Bidder/Offeror Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid/offer inquiry items, bidders will need to be a current registered user or self-register into the 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 information on the next screen is correct and click, continue. From this page you may view all bidder inquiries or add inquiry. Bidders/Offerors 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-13-T-0033 The Bidder/Offeror Inquiry Key is: 3FHH8T-7535II Bidders/Offerors are encouraged to submit questions at least 7 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. 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. NOTES: 1) Lack of registration in the SAM database will make a bidder ineligible for award. 2) Bidders shall furnish unit prices for all items listed on the schedule of bid items which require unit prices. If the bidder fails to insert a unit price in the appropriate blank for required items, but does furnish an extended total or an estimated amount for such items, the Government will deem his unit price to be the quotient obtained by dividing the extended estimated amount for the line item by the quantity. IF THE BIDDER OMITS BOTH THE UNIT PRICE AND THE EXTENDED ESTIMATED AMOUNT FOR ANY ITEM, THE BID WILL BE DECLARED NONRESPONSIVE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-13-T-0033/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN03099929-W 20130628/130626234753-a4a9460b688c92a1e7cb48441e3c51c1 (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.