Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
SOLICITATION NOTICE

Z -- SUPPLY, DELIVER AND INSTALL CHAIN LINK FENCE

Notice Date
7/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-15-T-0020
 
Response Due
8/5/2015
 
Archive Date
9/26/2015
 
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 Number W912EE-15-T-0020 is being issued as a request for quote (RFQ) with the intent to issue one Firm-Fixed Price Contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 05-76. This solicitation is being issued under a 100% Small Business Set Aside. The NAICS code for this procurement is 238990 - All Other Specialty Trade Contractors, with a size standard of $15.0M. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. The U.S. Army Corps of Engineers, Vicksburg District, has a requirement to supply, deliver and install a chain link fence in remote locations at Sardis Lake, Mississippi. OFFERS MAY BE QUOTED AS FOLLOWS: Line Item 0001, Supply, Deliver and Install Chain Link Fence; Price Each: $________________; Total Line Item Price: $________________. PROJECT SPECIFICATIONS: COMPLETE PROJECT SPECIFICATIONS are posted as an attachment to this solicitation. To access the specification documents click on the quote mark Additional Documentation quote mark link toward the bottom of this posting. The government intends to make one award for one firm fixed price contract. Offers for less than the required delivery will not be accepted. The Government intends to award without discussions while reserving the right to hold discussions if determined advantageous to the Government. Offerors are encouraged to provide their best proposed pricing in their initial offer. 52.212-2 -- Evaluation -- Commercial Items (Jan 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: All quotes submitted will be evaluated for (1)Technical Acceptability, (2)Satisfactory Past Performance & (3)Price. The government will issue award to the offeror whose proposal is the Lowest Price of those determined to meet at least the minimum requirements to be determined technically acceptable & that demonstrates satisfactory past performance. Submittals; It is incumbent upon the offeror to submit sufficient information for the Government to make a determination of your technical acceptability, satisfactory past performance and price. Failure to submit sufficient information for the government to determine your technical acceptability, satisfactory past performance or price may be cause for rejection of your quote. (1) Technical Acceptability - to be determined technically acceptably offerors shall submit for evaluation, documentation of their capability to complete the required deliveries in accordance with the project Scope-of-Work, including but not limited to, the capability to provide the material specified, complete delivery on schedule and maintain deliveries at the daily rate specified. The contractor shall provide sufficient documentation of their technical capability, by including technical literature, brochures, equipment list, Key Personnel List, Resumes, or any other information to enable the Government to determine the offeror's capability to perform work. (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, as well as, provide references, including names and contact information of references who can verify their past performance. Past performance information of key personnel and crew 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 documentation and information for the Government to determine technical acceptability, satisfactory past performance and proposed 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. (3) Price - Price quotes will be examined to determine the extent to which proposed prices are comparable with the Government estimates, and previous procurement history and a determination made of Price Reasonableness. The Government may reject any proposal that is determined to be Not Fair and Reasonable, unrealistically high or low in price when compared to Government estimates, or are unbalanced, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the requirements. All proposals will be evaluated and a determination made of lowest price, from prices presented on the Fully Completed Bidding Schedule, based on the Total of all line items. 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. 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; 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 - and the following clauses cited within that clause: FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government; 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 52.219-6 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 Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 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 52.203-3 Gratuities; FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-7 System for Award Management; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 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 are also applicable to this acquisition: The following DFARS Clauses are also applicable to this acquisition: DFARS 252.201-7000 Contracting Officer Representative; DFARS 252.203-7000 Requirement Relating to compensation of former DoD officials; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.209-7001 Disclosure of Ownership or Control by Government of a Terrorist Country; DFARS 252.225-7000 Buy American--Balance of Payments Program Certificate; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.225-7001 Buy American and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.212-7000 Offeror Reps & Certs; DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.247-7023 Transportation of Supplies by Sea; Veterans Employment Emphasis for U.S. Army Corps of Engineers Contracts In addition to complying with the requirements outlined in FAR Part 22.13, FAR Provision 52.222-38, FAR Clause 52.222-35, FAR Clause 52.222-37, DFARS 222.13 and Department of Labor regulations, U.S. Army Corps of Engineers (USACE) contractors and subcontractors at all tiers are encouraged to promote the training and employment of U.S. veterans while performing under a USACE contract. While no set-aside, evaluation preference, or incentive are encouraged to seek out highly qualified veterans to perform services under this contract. The following resources are available to assist USACE contractors in their outreach efforts: Federal Veteran employment information at http://www.fedshirevets.gov/index.aspx Department of Labor Veterans Employment Assistance http://www.dol.gov/vets/ Department of Veterans Affairs-VOW to Hire Heros Act http://benefits.va.gov/vow/ Army Wounded Warriors Program- http://wtc.army.mil/modules/employers/index.html U.S. Chamber of Commerce Foundation-Hiring Our Heros http://www.hiringourheroes.org/ Guide to Hiring Veterans-Reference Material http://www.whitehouse.gov/sites/default/files/docs/white_house_business_council_-_guide_to_hiring_veterans_0.pdf The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. TECHNICAL INQUIRIES AND QUESTIONS Technical inquiries and questions relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet at (https://www.projnet.org). Offerors are encouraged to submit questions at least 3 days prior to solicitation due date, in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A prospective vendor who submits a comment /question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet. The Solicitation Number is: W912EE-15-T-0020 The Bidder/Offeror Inquiry Key is: 6JBZMK-EVNNYI Specific Instructions for ProjNet Bid Inquiry Access: 1.From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 2.Identify the Agency. This should be marked as USACE. 3.Key. Enter the Bidder Inquiry Key listed above. 4.Email. Enter the email address you would like to use for communication. 5.Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6.Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7.Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. 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 to Offerors: Quotes are due Wednesday, 5 August 2015, 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. Proposals 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) 631-5379; E-mail: Connie.F.May@usace.army.mil. 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. Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. Proposals must be clearly identified for Solicitation No W912EE-15-T-0020 to the Attn. of Connie F. May, Vicksburg District Contracting Office, CEMVK-CT-S.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-15-T-0020/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN03813003-W 20150730/150728235447-505eff961582ae89a6136b6c9fff0318 (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.