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

20 -- FURNISH ALL EQUIPMENT, MATERIALS, SUPPLIES, PERSONNEL AND LABOR NECESSARY TO REPLACE AN OUTBOARD MOTOR, FUEL TANK AND BATTERIES FOR THE RED RIVER PROJECT OFFICE, U.S. ARMY CORPS OF ENGINEERS, VICKSBURG DISTRICT - SF1449/BID SCHEDULE - SCOPE OF WORK

Notice Date
11/30/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
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
W912EE18T0003
 
Point of Contact
Kelly A. Turcotte, Phone: 6016315379
 
E-Mail Address
Kelly.A.Turcotte@usace.army.mil
(Kelly.A.Turcotte@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SCOPE OF WORK SF1449/BID SCHEDULE 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 W912EE18T0003 is being issued as a Request for Quote (RFQ) with the intent to issue a single Firm-Fixed Price Contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 05-71. THIS PROCUREMENT IS BEING COMPETED AS A 100% SMALL BUSINESS SET ASIDE. The NAICS code for this procurement is 336612, Boat Building; Size Standard, 1,000 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, Vicksburg District, has a requirement to furnish all equipment, materials, supplies, personnel and labor to complete Fire Alarm System Replacement for the MAT Sinking Unit, Vicksburg, MS in accordance with the attached scope of work. See the attached Scope of Work for important information including work completion date and location. PERIOD OF PERFORMANCE: The contractor shall complete work not later than two weeks after delivery of boat to contractor's facility. SITE VISIT: Offerors are urged and expected to inspect the boats where the supplies and services are to be performed to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event, shall failure to inspect the site constitute grounds for a claim after contract award. Site visits will be available upon request before December 6, 2017. The site visit Point of Contact is Rodney Nordby. Mr. Nordby can be contacted to schedule a site visit between the hours of 8:00 a.m. CST and 3:00 p.m. CST, Monday through Friday at (318)-393-0199 or by email at Rodney.R.Nordby@usace.army.mil. Offerors shall not solicit advice or assistance from any Government employee pertaining to proposal preparation, scope, or content during the site visit. Also, any advice or assistance provided by a Government employee pertaining to proposal preparation, scope or content shall not, in any way, be binding upon the Government. Oral questions pertaining to the scope of work or other contractual matters will not be entertained during site visits. Any questions concerning this RFQ should immediately be directed to Kelly Turcotte at the following email address: Kelly.A.Turcotte@usace.army.mil or by phone at (601)631-5379. OFFERS MAY BE QUOTED AS FOLLOWS: Provide pricing on the Bidding Schedule attached to this solicitation posting under the "Additional Documentation" link at the bottom of this posting. PROJECT SPECIFICATIONS: COMPLETE PROJECT SPECIFICATIONS are posted as an attachment to this solicitation under the "Additional Documentation" link at the bottom of this posting. To access the specification documents click on the "Additional Documentation" 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) Price and (2) Technical Acceptability. The government will issue award to the Offeror whose quote 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) 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 quote 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 quote is deemed to reflect an inherent lack of competence or failure to comprehend the requirements. All quotes 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. (2) Technical Acceptability - to be determined technically acceptably offerors shall submit for evaluation, documentation of their capability to provide the specified supplies in accordance with the project Scope-of-Work, including but not limited to, the capability to provide the supplies and services specified, and in accordance with the specified delivery schedule. 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. 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. 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 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 2 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: W912EE18T0003 The Bidder/Offeror Inquiry Key is: ER7XZR-UKSNQ3 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 Thursday, December 7, 2017, not later than 2:00 p.m. CST, to U.S. Army Corps of Engineers, ATTN: Kelly A. Turcotte, 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: Kelly.A.Turcotte@usace.army.mil. For information concerning this solicitation, contact Kelly A. Turcotte at (601) 631-5379; E-mail: Kelly.A.Turcotte@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 quotes arrive prior to the scheduled closing time. • Quotes must be clearly identified for Solicitation No W912EE18T0003 to the Attn. of Kelly A. Turcotte, Vicksburg District Contracting Office, CEMVK-CT-S.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE18T0003/listing.html)
 
Record
SN04752470-W 20171202/171130231141-f870df3eebc0131ed722e60042cd9803 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.