Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
MODIFICATION

61 -- Diesel Powered Gensets, US Army Corps Of Engineers Vicksburg District

Notice Date
11/7/2014
 
Notice Type
Modification/Amendment
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE15T0001
 
Response Due
11/14/2014
 
Archive Date
1/6/2015
 
Point of Contact
Connie F. May, 601-631-5963
 
E-Mail Address
USACE District, Vicksburg
(connie.f.may@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 No. W912EE-15-T-0001 is being issued as a Request for Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation will be competed as a Total Small Business Set-Aside. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-58. The NAICS Code for this procurement is 333618 Other Engine Equipment Manufacturing and the size standard is 1000 employees. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13.5 - Simplified Acquisition Procedures. The U.S. Army Corps of Engineers, has a requirement to Furnish, Deliver, Un-Install Older Machinery, and Install two (2) Diesel Powered Gensets on Mat Boat 4801 A site visit is required. The delivery and installation will take place in Vicksburg, MS. PROJECT SPECIFICATIONS: For Detailed Specifications, site visit and delivery information is referenced the attachments posted with this solicitation under the Additional documentation link toward the bottom of this announcement: OFFERS MAY BE QUOTED AS FOLLOWS: Line Item 0001, Furnish, Deliver, Un-Install Older Machinery, and Install two (2) Diesel Powered Gensets on Mat Boat 4801; Total Line Item Price: $________________. Offers received will be evaluated based on FAR Clause 52.212-2 Evaluation--Commercial Items (Jan 1999). The clause will be incorporated into the solicitation and shall read as follows: (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- Technical Acceptability; is defined as the documented capability to meet the minimum requirements of the project as specified in this Solicitation and the attached Scope-of-Work (SOW), including evidence of the offeror's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule. To be determined Technically Acceptable Offerors Shall Submit the following with their quote package; (A) Evidence of Technical Capability, including documentation of the experience of the company completing contracts of a similar type, size, scope & complexity and/or experience of key personnel and crew including resumes, equipment lists, etc. and/or any other information to enable the Government to determine the company's technical qualifications. (B) In addition, offeror's shall also specifically submit for technical evaluation: A brochure/description of the Gensets shall be supplied that provides enough information to determine whether or not the quote meets the guidelines of the specifications. Information about the dispensers shall also be provided. (C) Offerors shall verify with their quote that a site visit was conducted. 2. 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. 3. Price. 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. 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. The following FAR Provisions and Clauses apply to this acquisition: FAR 52.203-3 Gratuities; FAR 52.204-7 System for Award Management; FAR 52.209-5 Certification Regarding Responsibility Matters; FAR 52.209-7 Information Regarding Responsibility Matters; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions - Commercial; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - Alternate II and the following clauses cited within that clause: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I; FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; 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 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veteranas FAR 52.222-40 -Notification of Employee Rights Under the National Labor Relations Act FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-5 Trade Agreements; FAR 52.225-6 Trade Agreements Certificate; FAR 52.225-13 Restrictions on Certain Foreign Purchases ; FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 (Alt A.) System for Award Management; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.211-7003 Item Unique Identification and Valuation; DFARS 252.225-7000 Buy American-Balance of Payments Program Certificate; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7002 Requests for Equitable Adjustment; 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. TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912EE-15-T-0001 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-15-T-0001 The Bidder/Offeror Inquiry Key is: 4TW9JI-99A4Z5 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) Before a complete evaluation of your proposal can be made offerors must Offeror Representations and Certifications for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration, must print complete and include FAR Clause 52.212-3, Offeror Representations and Certifications - with their quote package. 3) Bids are due 14 November 2014 not later than 2:00 p.m. (CST) to U.S. Army Corps of Engineers, ATTN: Connie F. May, 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: Connie.F.May@usace.army.mil. For information concerning this solicitation, contact Connie F. May at (601) 631-5963; E-mail: Connie.F.May@usace.army.mil. Alternate POC is Leah Cobb, (601) 631-7905, e-mail: Leah.B.Cobb@usace.army.mil. 4) You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the FedBizOpps web site often for a new solicitation and/or modifications to this solicitation. ****THIS AMENDMENT UPDATES SPECIFICATIONS WHICH ARE REVISED AND REPLACED IN THEIR ENTIRETY****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE15T0001/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN03569333-W 20141109/141107234036-9f0b38fb99ba1b869dd93245d6cc0623 (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.