Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

39 -- Marine Hydraulic Knuckle Boom Crane for the Engineer Research and Development Center's (ERDC)Coastal and Hydraulics Laboratory (CHL).

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF-4168-8292
 
Response Due
9/23/2014
 
Archive Date
11/17/2014
 
Point of Contact
Tracey M. Lowe, 601/634-4883
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(tracey.m.lowe@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; quotes are being requested and a written solicitation will not be provided Solicitation Number W81EWF-4168-8292 is being issued as request for quotes (RFQ) with the intent to award as a single Firm-Fixed Price Contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-76. This requirement is set aside for Small Business under NAICS Code 333923 with size standard of 500 employees. The US Army Corps of Engineers-Engineer Research and Development Center (ERDC) has a requirement to furnish and deliver a Marine Hydraulic Knuckle Boom Crane (with Hydraulic Winch and Controls for use by the Coastal and Hydraulics Laboratory (CHL). The Government intends to make a single award for this requirement. Quotes for less than the required item will not be accepted. The government intends to award without discussions while reserving the rights to communicate with quoters if determined to be advantageous to the government. Quoters are encouraged to provide their best pricing in their initial quote. The specifications and quote schedule for this requirement are included as attachments to this solicitation. They can be found under quote mark Additional Information quote mark at the bottom of the announcement. All documents must be completed and provided with your package. Delivery Schedule: Delivery shall be made as soon as possible, preferably on/or before September 30, 2014 and is to be coordinated with technical government personnel. Location: Duck, NC 27949 FAR Clause 52.212-2 - Evaluation Factors - Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose quote 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: All quotes submitted will be evaluated for (1) Technical Capability and (2) Price. The government will issue an award to the quoter whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined Technically Capable. (1) Technical Capability is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the quoter's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule. It is incumbent upon the quoter to submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the government to determine technical capability and quoted price may be cause for rejection of your quote. SAM Registration: Pursuant to FAR Provision 52.204-7, prior to award quoters 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. Before a complete evaluation of your quote can be made quoters must provided quote mark Offeror Representations and Certifications quote mark for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Quoters who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3 Alt I, Offeror Representations and Certifications - with their quote package. NOTES TO QUOTERS: Quotes are due Tuesday, September 23, 2014, not later than 2:00 p.m. CST. Quotes shall be submitted electronically via e-mail, providing that they are complete and include all required information, to: Tracey.M.Lowe@usace.army.mil. For information concerning this solicitation, contact Tracey M. Lowe via e-mail at Tracey.M.Lowe@usace.army.mil. 1. You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. 2. Quoters are responsible for ensuring that their quotes arrive prior to the scheduled closing date and time. 3. Quotes must be clearly identified as being submitted for Solicitation Number W81EWF-4168-8292. The following clauses and provisions apply this acquisition: The following FAR Clauses & Provisions apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3, Alt I Offeror Representations and Certifications; 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. The following clauses cited within FAR Clause 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; FAR 52.219-28 Post Award Small Business Program Re-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 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses and Provisions are applicable to this acquisition: DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD officials; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF-4168-8292/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN03517290-W 20140920/140918235016-1631683fcecae3b8f9f49547c5c3a298 (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.