Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
MODIFICATION

J -- Remove & Replace Eight (8) New Fan Coil Units / Install two (2) A/C Units

Notice Date
6/5/2015
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-15-Q-0024
 
Response Due
6/11/2015
 
Archive Date
8/4/2015
 
Point of Contact
Amy Starks, 901-544-0786
 
E-Mail Address
USACE District, Memphis
(amy.l.starks@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 U.S. Army Corps of Engineers, Memphis District anticipates awarding a FFP contract for a contractor to provide the removal and replacement of eight (8) New Fan Coil Units; removal and installation of two (2) Daikin VRV Split Systems (A/C Units) (brand name or equal). All units will be installed on a Motor Vessel, therefore, installation can only occur when the vessel is docked. This acquisition is 100% Small Business Set Aside. The associated NAICS code is 238220 with a size of $15.0M. 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. Contractor shall submit a price to include all charges on a company letterhead or attached quote sheet to the contracting office. SEE ATTACHED PERFORMANCE WORK STATEMENT (PWS) ****NOTE: MODIFICATION -- The period of performance stated in PWS should read 10 calendar days after receipt of award. A quick turnaround is necessary in order for the Government to fulfill its mission. Therefore, the items to be supplied under this purchase order shall be delivered and installed to the Army Corps of Engineers 2915 Riverport Road Memphis, TN 38109 within 10 days after receipt of award. **Modification two (2) of this solicitation is to extend response time from June 8, 2015 to June 11, 2015. Questions to this solicitation shall be answered shortly. Deliveries - Quick turnaround is necessary in order for the Government to fulfill its mission. Therefore, the items to be supplied under this purchase order shall be delivered and installed to the Army Corps of Engineers 2915 Riverport Road Memphis, TN 38109 on or within 10 days after receipt of award. Prior to shipment, the Contractor shall coordinate delivery with the following personnel to ensure access to the Ensley Engineering Yard and to ensure someone is present to receive goods. Quotes for quote mark or equal quote mark products shall include product specification in order for the Government to determine whether the proposed product meets the Government's requirements. Failure to submit product specifications may eliminate offerors from consideration for award. Primary - Mike Buie 901-544-3067 - office or (901) 378-0263 michael.e.buie@usace.army.mil SITE VISIT In accordance with FAR 52.237-1, site visit will be held on June 4, 2015 at 10a.m. Central Standard Time (CST). Vendors shall notify Estella.c.blackman @ estella.c.blackman@usace.army.mil NLT Friday, June 2, 2015 at 2:00 p.m. CST of intent to attend the site visit. Site visit will be conducted at Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109. Any questions from the site visit must be submitted in writing to estella.c.blackman@usace.army.mil no later than June 5, 2015 at 1:00 p.m. CST. PROPOSAL SUBMISSION REQUIREMENTS Contractors shall submit proposal which includes price and equipment specifications. Price shall be submitted on company letterhead to include all charges for the following items to be delivered in accordance with specifications below. 1.Specifications Proposals shall include detailed specifications sheets for all proposed items in accordance with PWS of this solicitation. Identify any quote mark exceptions quote mark to specification and state precisely how the offered supplies/services differ from the applicable specification paragraph(s). Any exception which is not expressly approved by the Contracting Officer in writing is hereby rejected and void. Failure to comply with submittal requirements of this paragraph may result in rejection of offer. 2.Price - Contractors shall submit a lump sum quotation on company letterhead to include all charges for the following items with product specs attached to be delivered in accordance with PWS specifications. 3.Past Performance - Provide documentation of at least two (2) past or current contracts for comparable requirements. 4.Quotes shall be signed, and shall comply with FAR 52.212-1, Instructions to Offerors - Commercial Items. All certifications shall be completed at time of submission to include proposals for alternate delivery schedules. 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 (See Attachment) FAR 52.204-13, System for Award Management Maintenance FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation - Commercial Items, Blank space shall read: Price and Past Performance. Basis of Award - The Government will award a contract, from this solicitation to the responsible Offerors whose offer conforming to the solicitation will be most advantageous to the Government based on price and past performance. Past performance is approximately equal to cost or price. Prices which are excessively high or low may be considered unrealistic and unreasonable may receive no further consideration. (Paragraph 2) A review of past performance will be conducted on this requirement. However, this order will be evaluated to assure that orders are not provided to debarred contractors. In addition, contractors with known performance issues identified in determining the contractor's responsibility per FAR Part 9 will be brought to the attention of the Contracting Officer and may be considered in making the awards. FAR Part 9, Contractor Qualification, requires that purchases shall be made from, and contracts shall be awarded to, responsible contractors. Past failures to perform, apply sufficient tenacity to performance, failure to meet quality requirements, terminations for default and less than satisfactory ratings by the customer will be a significant factor in a determination of unsatisfactory performance. FAR 52.212-3 Offeror Representation and Certifications--Commercial Items (See Attachment) 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 2013-00019) (See Attachment) FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.207-4 Economic Purchase Quantity - Supplies FAR 52.223-5 Pollution Prevention and Right-to-Know Information FAR 52.225-18 Place of Manufacture FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52-237-1 Site Visits FAR 52-237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.252-2 Clauses to Incorporate by Reference The following are applicable from 52.212-5: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict 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 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (SAM) 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 C-DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials C-DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights P-DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials C-DFARS 252.204-7003 Control of Government Personnel Work Product P-DFARS 252.204-7004 System for Award Management, Alternate A P-DFARS 252.204-7011 Alternative Line Item Structure C-DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information C-DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 Identification and Valuation P-DFARS 252.223-7008 Prohibition of Hexavalent Chromium C-DFARS 252.225-7001 Buy American and Balance of Payments Program C-DFARS 252.225-7002 Qualifying Country Sources as Subcontractors C-DFARS 252.232-7003 Electronic Submission of Payment Requests C-DFARS 252.232-7010 Levies on Contract Payments C-DFARS 252.243-7001 Pricing of Contract Modifications C-DFARS 252.244-7000 Subcontracts for Commercial Items C-DFARS 252.247-7023 Transportation of Supplies by Sea WAGE DETERMINATION 20 05-2495 (Rev. -18) dated 12/22/2014 is applicable to this solicitation. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by June 11, 2015 no later than 1:00 PM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-15-Q-0024 addressed to Estella C. Blackman, Phone (901) 544-0768, Fax (901) 544-3142, email: Estella.c.blackman@usace.army.mill. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors may register for SAM by registering 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-15-Q-0024/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN03755059-W 20150607/150605234745-3496b47d290330879bf91ce007be8fbd (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.