Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 02, 2017 FBO #5853
SOLICITATION NOTICE

95 -- STEEL ROUND BAR STOCK - Statement of Work - Combined Synopsis/Solicitation

Notice Date
11/30/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331221 — Rolled Steel Shape 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-18-Q-0002
 
Archive Date
12/23/2017
 
Point of Contact
Kendell M. Riley, Phone: 9015440891
 
E-Mail Address
kendell.m.riley@usace.army.mil
(kendell.m.riley@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SPECIFICATIONS FOR STEEL ROUND BAR STOCK. U.S. ARMY CORPS OF ENGINEERS, MEMPHIS DISTRICT, MEMPHIS TN This is a combined synopsis/solicitation for commercial service 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 has a requirement for delivery of various steel hot rolled round bars. The solicitation number is W912EQ-18-Q-0002 and is being issued a Request for Quote (RFQ). This procurement is 100% Set-Aside for Small Business. The associated NAICS code is 331221 with small business with a size standard of 1,000 employees. 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 form to the contracting office. The U.S. Army Corps of Engineers, Memphis District has a requirement for delivery of: Deliveries: All material listed in the above table shall be delivered to EEY Plant Section. Deliver to USACE, Ensley Engineering Yard, Attn: Andrea Williams or Paul Lacy, 2915 Riverport Road, Memphis, TN 38109 30 days after contract award or sooner, P.O.C for questions regarding specs please contact Andrea Williams at 901-544-3937. A quick turnaround is necessary in order for the Government to fulfill its mission. Therefore, the items to be delivered under this purchase order shall be delivered on site of our Memphis location within three (3) weeks of contract award. 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 Kendell Riley at Kendell.M.Riley@usace.army.mil or Monica Moody. Phone (901) 544-0838 Monica.A.Moody@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 supply items, with its unit price, extended price, freight charge, total price, pick-up and delivery date (if applicable), prompt payment terms, remittance address, Tax Identification Number, DUNS number, and Cage Code. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Friday, December 08, 2017 no later than 11:00 AM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-18-Q-0002 addressed to Kendell Riley, Phone (901) 544-0891, Fax (901) 544-3710, email: Kendell.M.Riley@usace.army.mil or Monica Moody. Phone (901) 544-0838 Monica.A.Moody@usace.army.mil 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. FAR 52.212-2 Evaluation - Commercial Items: 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. 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; 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. Offerors Shall Submit, with their quote a project delivery schedule/date and certify with their quote that they are capable of completing delivery two to three week ARO. Satisfactory Past Performance- 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. 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. 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 52.211-6 Brand Name or Equal 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 (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 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 The following are applicable from 52.212-5: FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post Award Small Business Program Representation FAR 52.219-13 Notice of Set-Aside of Orders (Nov 2011) FAR 52.222-3 Convict Labor FAR 52.222-6 Construction Wage Rate Requirements. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014) FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-41, Service Contract Labor Standards FAR 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards FAR 52.222-50, Combating Trafficking in Persons (March 2, 2015) FAR 52.222-55, Minimum Wages Under Executive Order 13658 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) (JUL 2013) 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 252.203-7003 Agency Office of the Inspector General DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 System for Award Management, Alternate A DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 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 and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-18-Q-0002/listing.html)
 
Place of Performance
Address: EEY Plant Section, 2915 Riverport Road, Memphis, Tennessee, 38109, United States
Zip Code: 38109
 
Record
SN04752413-W 20171202/171130231113-bf8f70c440fedf7c82638d74782bcb59 (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.