Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOLICITATION NOTICE

20 -- FURNISH & DELIVER SIX (6) 6000 LB. DANFORTH STYLE ANCHORS OR EQUAL FOR USE WITH THE ANCHOR BARGES USED FOR DREDGING - Scope of Work

Notice Date
7/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Vicksburg, Attn: CEMVK-CT, 4155 Clay Street, Vicksburg, Mississippi, 39183-3435, United States
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-16-T-0026
 
Archive Date
8/10/2016
 
Point of Contact
Velma D. Grant, Phone: 6016315826
 
E-Mail Address
velma.grant@usace.army.mil
(velma.grant@usace.army.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Scope of Work for 6000 LB Anchors 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. FURNISH & DELIVER SIX (6) 6000 LB. DANFORTH STYLE ANCHORS OR EQUAL FOR USE WITH THE ANCHOR BARGES USED FOR DREDGING. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 issued. Solicitation Number W912EE-16-T-0026 is being issued as a Request for Quote (RFQ) with the intent to issue a single Firm-Fixed Price Contract. The combined synopsis/solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88. THIS PROCUREMENT IS BEING COMPETED AS A 100% WOMAN OWNED SMALL BUSINESS SET ASIDE. The NAICS code for this procurement is 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing; Size Standard, 750 Employees. 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 has a requirement to furnish & deliver six (6) 6000 lbs. DANFORTH STYLE Anchors or equal for use with the Anchor Barges for Dredging. For Detailed Specifications Reference the Attachments Posted with This Solicitation Under The quote mark Additional Documentation quote mark Link toward the Bottom of This Announcement: OFFERS MAY BE QUOTED AS FOLLOWS: Line Item 0001, Furnish & Deliver six (6) 6000 LB Danforth Style Anchors or equal to: Total Line Item Price: $ ____. The government intends to make a single award for one lump sum. Offers for less than the required items 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. CLAUSE 52.212-2 - EVALUATION FACTORS - COMMERCIAL ITEMS; (a) The Government will award a contract resulting from this solicitation to the responsible offeror 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 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 & Demonstrates Satisfactory Past Performance. (1) Technical Acceptability; is defined as the capability to PROVIDE THE ITEMS as specified in this Solicitation and the attached Scope-of-Work (SOW), 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 the Capability to provide the items specified, such as a product description, technical specification sheets, product drawings and/or any other documentation necessary for the government to make a determination of technical acceptability of the item quoted. (B) Offerors Shall Submit, with their quote a project delivery schedule and certify with their quote that they are capable of completing delivery on or before 19 Aug 2016. (2) Satisfactory Past Performance; to demonstrate satisfactory past performance the offeror shall submit documentation of satisfactory performance on past or current contracts involving contracts of a similar type, size, scope and complexity, as well as, provide references, including names and contact information of references who can verify 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. SAM REGISTRATION: Pursuant to FAR Provision 52.204-7, prior to award 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. Before a complete evaluation of your proposal can be made offerors must provide an "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. 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. 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 Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; 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 Gov't; 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 52.219-30 Notice to Set Aside for Women-Owned Small Business (WOSB) Concerns Eligible under the WOSB Program; 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 Relation 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 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; 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 Representative; DFARS 252.203-7000 Requirement Relating To Compensation of Former DoD Officials; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors; DFARS 252.223-7008 Prohibition of Hexavalent Chromium; 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 252.244-7000 Subcontracts for Commercial Items; DFARS 252.247-7023 Alt. III 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 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 the closing 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. Approved answers to all timely questions will also be posted on the FedBizOps in the form of a report generated from ProjNet as soon as the comment/question entering period is over and all answers are all finalized. The Solicitation Number is: W912EE-16-T-0026 The Bidder Inquiry Key is: 4ZP37S-PF7FKZ 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. SPECIFIC INSTRUCTIONS FOR FUTURE PROJNET BID INQUIRY ACCESS: 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed above. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Click Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. NOTES TO OFFERORS: Quotes are due Tuesday, 26 July 2016 not later than 14:00 CST, to U.S. Army Corps of Engineers, ATTN: Velma Grant, 4155 East Clay Street, Vicksburg, MS 39183-3435. Quotes may be submitted electronically via email, providing that they are complete and provide all required information to Velma.Grant@usace.army.mil. For information concerning this solicitation, contact Velma Grant at (601) 631-5826; E-mail: Velma.Grant@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. Quotes are due Tuesday, 26 July 2016, not later than 14:00 CST at the District Headquarters Office located at 4155 East Clay Street, Vicksburg, MS 39183-3435. Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. Quotes must be clearly identified for Solicitation No W912EE-16-T-0026 to the Attn. of Velma Grant, Vicksburg District Contracting Office, and CEMVK-CT-S. OFFERORS ARE REMINDED THAT DFARS 252.225-7001 BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM DOES APPLY TO THS SOLICITATION. OFERORS ARE REMINDED TO INCLUDE ALL DOCUMENTATION REQUIRED BY FAR CLAUSE 52.212-2 - EVALUATION FACTORS - COMMERCIAL ITEMS. PLEASE SEE THE ATTACHMENTS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-16-T-0026/listing.html)
 
Place of Performance
Address: Attn: Paul McMaster, 2449 Haining Rd, Vicksburg, Mississippi, 39183, United States
Zip Code: 39183
 
Record
SN04185650-W 20160720/160718234140-03157e77e709a19b876a9040803a01f9 (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.