Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOLICITATION NOTICE

R -- Sewage Tank Cleaning / Option Degas & Clean Fuel Tanks

Notice Date
7/17/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-14-Q-0049
 
Response Due
7/24/2014
 
Archive Date
9/15/2014
 
Point of Contact
SIERRA S. MARSHALL, 901-544-3614
 
E-Mail Address
USACE District, Memphis
(sierra.s.marshall@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. The solicitation number is W912EQ-14-Q-0049 and is being issued as a Request for Quote. This procurement is 100% Set-Aside for Small Business. The associated NAICS code is 562211 with small business with a size standard of $35.5 million. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the below listed items to be delivered in accordance with the specifications listed below: DESCRIPTION/ SPECIFICATIONS: The U.S. Army Corps of Engineers, Memphis District has the following requirement: This is a non-personnel services contract to provide for the cleaning of the Red Fox Marine Sanitation System Model RF-500-FP-CBPN-D and the optional degas and cleaning of the fuel tanks on the CGC Greenbrier and its barge located at USACE Ensley Engineer Yard (EEY), 2915 Riverport Road, Memphis, TN 38109. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. Optional items will be exercised after the vessel is in dry dock and if the work is deemed necessary upon further inspection by Contracting Officer's Representative. CLIN 0001 - Clean Red Fox Marine Sanitation System - Model RF-500-FP-CBPN-D CLIN 1001 - Option: Degas & Clean Fuel Tank on CGC Greenbrier (1 tank) CLIN 1002 - Option: Degas & Clean Fuel Tank on CGC Greenbrier (1 tank) CLIN 1003 - Option: Degas & Clean Fuel Tank on CGC Greenbrier Barge (1 tank) PERFORMANCE WORK STATEMENT (PWS): SEE ATTACHEMENTS (Additional Documentation) DRAWINGS: SEE ATTACHMENTS (Additional Documentation) TECHNICAL MANUAL: SEE ATTACHMENTS (Additional Documentation) Site Visit: It is highly recommended that contractors attend the scheduled site visit prior to submitting a quote. A site visit is scheduled for Tuesday, July 22, 2014 @ 11:00 a.m. CST, USACE Ensley Engineer Yard, 2915, Riverport Road, Memphis, TN 38109. Interested parties may e-mail their name and company information to Sierra Marshall (901) 544-3614 at sierra.s.marshall@usace.army.mil, no later than 2:00 P.M. CST on Monday, July 21, 2014. All contractors and government personnel will meet at the EEY Administration Building Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email to Sierra Marshall at sierra.s.marshall@usace.army.mil. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Wage Determination: During the services performed for the resulting purchase order, vendors must ensure they are following the applicable Wage Determinations as found at http://www.wdol.gov/sca. There is an applicable Wage Determinations for this solicitation; WD 05-2495 (Rev.-16) Wage Determination No.: 2005-2495, Revision No.: 16, Date Of Revision: 06/19/2013 Contractors shall submit quote on company letterhead to include pricing for the requested service items, with its unit price, extended price, freight charge, total price, delivery date, prompt payment terms, remittance address, Tax Identification Number, DUNS number, and Cage Code. Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.204-7 System for Award Management FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note) FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation - Commercial Items, Blank space shall read: 1. Price, 2. Past Performance. Basis of Award - The Government will award a purchase order, from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government based on price. Offerors' price quote will be evaluated to determine price reasonableness. Prices which are excessively high or low may be considered unrealistic and unreasonable may receive no further consideration. (Paragraph 2) Past performance will be evaluated to demonstrate successful past performance of work similar in scope to this requirement. Offerors may be required to submit past performance history relating to work that is of similar scope if there is no record of past performance with the Memphis District. Work which is considered similar in scope includes degas and cleaning of tanks or similar items. FAR 52.212-3 Offeror Representation and Certifications--Commercial Items 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 (Dev) FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Representation 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 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-3 Hazardous Material Identification and Material Safety Data FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.228-5 Insurance - Work on a Government Installation FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (SAM) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-1 Disputes FAR 52.237-1 Site Visit FAR 52.237-2 Protection of Government Building, Equipment, and Vegetation FAR 52.252-2 Clauses to Incorporate by Reference The following DFARS Clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 System for Award Management, Alternate A DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014). DFARS 252.211-7003 Identification and Valuation DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources of Subcontracting DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7010 Levies on Contract Payments DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Thursday, July 24, 2014 no later than 1:00 PM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-14-Q-0049 addressed to Sierra Marshall, Phone (901) 544-3614, Fax (901) 544-3710, email: sierra.s.marshall @usace.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors must also be registered in SAM under the applicable NAICS code as indicated in this RFQ to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-14-Q-0049/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN03428335-W 20140719/140717235046-60cff9fa1fedf4f447eb55f60a6c4235 (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.