Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOLICITATION NOTICE

43 -- Engine Cooling Raw Water Pump Replacement - SOW - 8 Pumps

Notice Date
8/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333996 — Fluid Power Pump and Motor Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Memphis, Attn: CEMVM-CT, 167 North Main Street, Room B-202, Memphis, Tennessee, 38103-1894, United States
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-16-Q-0022
 
Archive Date
9/17/2016
 
Point of Contact
Amy L. Starks, Phone: 9015440786
 
E-Mail Address
amy.l.starks@usace.army.mil
(amy.l.starks@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW - Removal and Installation of 8 New Engine Cooling Raw Water Pumps 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 solicitation number is W912EQ-16-Q-0022 and is being issued as a Request for Quote. This procurement is a total small business set aside. The associated NAICS code is 333996 with a size standard of 1,250. 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. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the below listed items to be delivered in accordance with the specifications listed below: DESCRIPTION/ STATEMENT OF WORK: The U.S. Army Corps of Engineers (USACE), Memphis District has a requirement for the replacement of eight (8) raw water pump, which includes the removal of the old Fairbanks, Figure 6972, turbine pump and the transportation, delivery, installation and testing of the new pump. The pump is located at Huxtable Pumping Plant near Marianna, AR. Please see the Additional Info: Additional Documentation for a copy of the Statement of Work (SOW) Site Visit: It is highly recommended that contractors attend the scheduled site visit prior to submitting a quote. Site visit is scheduled for, August 22, 2016 at Huxtable Pumping Plant located at 5825 Lee Road 501, Marianna, AR 72360. Interested parties may e-mail their name and company information to, Amy.L.Starks@usace.army.mil, no later than 4 P.M. CST on August 17, 2016. The secondary contact is Mark Mazzone. Email information is as follows: Mark.B.Mazzone@usace.army.mil. All contractors and government personnel will meet at the main office building at Huxtable Pumping Plant. *NO OTHER SITE VISITS WILL BE OFFERED. SITE VISIT WILL BEGIN PROMPTLY AT 10AM (CST) CURRENT LOCAL TIME. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email to Amy Starks at Amy.L.Starks@usace.army.mil. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Contractors shall submit quote on company letterhead to include pricing for the requested service items, with its unit price, extended price, total price, delivery date, prompt payment terms, remittance address, tax identification number, DUNS number, and cage code. Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. FAR 52.212-2 Evaluation - Commercial Items: Blank space shall read: Price, Technical Capability, and Past Performance. Basis of Award - The Government will award a contract, from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government based on price. Offeror's price quote will be evaluated to determine price reasonableness. Prices which are excessively high or low may be considered unrealistic and unreasonable may receive no further consideration. The award will be made to the contractor whose price is the lowest of all offers determined to be technically qualified of performing the required service in accordance with FAR Part 12 Acquisition of Commercial Items. Technically qualified is defined as meeting the minimum requirements in Past Performance, Technical and Price as listed below. No trade-offs are made. To receive consideration for an award, the offer must NOT receive an "unacceptable" rating for the non-price factors. The Government intends to make its award decision without discussions. Therefore, each offeror is encouraged to provide the Government with all of the information necessary to evaluate its proposal under the evaluation factors stated above. Offerors that fail to submit all the information necessary to evaluate their proposal with their initial proposal bear the risk that their proposal will be rejected without discussions. 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. Past Performance: a. To demonstrate satisfactory past performance the offeror shall submit two past performance questionnaires demonstrating performance of relevant work, to be completed and returned with solicitation. If offeror has no past performance of this nature, a neutral rating will be given per FAR 15.305(a)(2)(iv). PAST PERFORMANCE RATING ACCEPTABLE Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown UNACCEPTALBE Based on the offeror's performance record, the Government has no reasonable expectation that The Offeror will be able to successfully perform the required effort. 2. Technical Capability: a. Removal and Installation Plan Offeror shall provide written documentation removal and installation plan of new replacement pumps and provide equipment cut sheets, including pump curves. (Narrative describing new pump replacement Installation procedure) The Technical Capability factor SHALL receive an adjectival rating based on the assessed strengths and inadequacies of each offer as they relate to the Technical Capability. Technical rating with details descriptions are shown below: TECHNICAL RATING ACCEPTABLE Offer clearly meets the minimum requirements of the solicitation UNACCEPTALBE Offer does not clearly meet the minimum requirements of the solicitation 3. Price: a. Offerors SHALL complete and submit the price schedule with their offer and include a total price for the line item. Failure to do so will result in the offer being rejected without further consideration. The Contracting Officer will evaluate each offer's price in accordance with FAR 15.404-1 to determine price reasonableness. In this context, reasonableness will be determined by comparing offered prices to one another, to the Government estimate and to pricing for previous work of a similar nature. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (Paragraph 2) A review of past performance will be conducted on this requirement. The quality and delivery classifications identified for a supplier in the Past Performance Information Retrieval System‐‐Statistical Reporting (PPIRS‐SR) application (http://www.ppirs.gov/) will be used by the contracting officer to evaluate a supplier's past performance. In the case of a supplier without a record of relevant past performance history in PPIRS‐SR for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. The Government reserves the right to award to the supplier whose quotation or offer represents the best value to the Government. 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 FAR 52.204-13 System for Award Management Maintenance 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 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.207-4 Economic Purchase Quantity - Supplies FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offeror Representation and Certifications--Commercial Items 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 FAR 52.225-18 Place of Manufacture FAR 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-6 Drug-Free Workplace MAY 2001 FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-1 Site Visit FAR 52-237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.252-2 Clauses to Incorporate by Reference The following are applicable under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Dev): 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. (Dec 2010) (31 U.S.C. 6101 note) FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-13 Notice of Set-Aside of Orders FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 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 FAR 52.228-5 Insurance-Work on a Government Installation (Jan 1997) 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 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 System for Award Management, Alternate A DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014). DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources of Subcontracting DFARS 252.225-7048 Export-Controlled Items 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 Transportation of Supplies by Sea INSURANCE REQUIREMENTS REQUIRED INSURANCE (a) As required by the Contract Clause entitled "Insurance-Work on a Government Installation", the Contractor obtain insurance prior to the commencement of work, a certificate or written statement as evidence of the minimum insurance listed below. The Contractor shall procure and maintain such types and amounts of insurance during the entire period of his performance under this contract. The Contractor shall assure that the certificate or written statement is in accordance with required wording indicated in paragraph (b) of the aforementioned Contract Clause. (1) Workmen's Compensation - Amounts required by applicable jurisdictional statutes. (2) Employer's Liability Insurance -- $100,000.00 (3) Comprehensive General Liability Insurance - (No property damage liability insurance is required.) Property Damage $ 20,000 each accident (b) Certificates of insurance should be submitted to the following address: Contracting Division Memphis District, Corps of Engineers ATTN: Amy Starks, RM 665 167 North Main Memphis, TN 38103 Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Friday, September 2, 2016 no later than 1:00 PM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-16-Q-0022 addressed to Amy Starks, Phone (901) 544-0786, Fax (901) 544-3710, email: Amy.L.Starks@usace.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors must also be registered in SAM under the applicable NAICS code 333996 as indicated in this RFQ to be considered for award. Vendors may register for SAM 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-16-Q-0022/listing.html)
 
Place of Performance
Address: Huxtable Pumping Plant, 5825 Lee Road 501, Marianna, Arkansas, 72360, United States
Zip Code: 72360
 
Record
SN04222080-W 20160814/160812235036-1a7a5af7c7febced96b86d9bc30b0f5d (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.