Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
MODIFICATION

99 -- Roller Gate Bulkheads & Lifting Beams - Amendment 1

Notice Date
2/8/2018
 
Notice Type
Modification/Amendment
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District St. Louis, 1222 Spruce Street, Room 4.207, St. Louis, Missouri, 63103-2833, United States
 
ZIP Code
63103-2833
 
Solicitation Number
W912P918Q0012
 
Archive Date
3/17/2018
 
Point of Contact
Barrietta Killiebrew, Phone: 3143318746, Twila A. Hopkins, Phone: 3143318124
 
E-Mail Address
barrietta.killiebrew@usace.army.mil, twila.a.hopkins2@usace.army.mil
(barrietta.killiebrew@usace.army.mil, twila.a.hopkins2@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule Amendment 0001 Amendment 0001 issued 02/08/18 USACE - ST. Louis DISTRICT - This is a combined synopsis/solicitation for commercial supplies and service 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. The solicitation number for this requirement is W912P9-18-Q-0012 and is hereby issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 dated 06 November 2017. This requirement is being solicited as 100% set aside for small business concerns. The North American Industry Classification System Code (NAICS) for this acquisition is 332312 "Fabricated Structural Metal Manufacturing" and the Small Business Size Standard is 500 employees. The Government intends to award a single Firm Fixed Price order. Additionally, Offerors must quote on all items to be eligible for award. Offerors submitting a quote affirm that they are capable of performing and meeting all aspects of the scope of work and agree to the terms and conditions. The Government will award a contract resulting from this solicitation to the responsible Offeror with the lowest price. Complete specifications are issued with this combined synopsis/solicitation shown below. Site visit is set for 2/12/2018 @9am CST. Please report to Lock and Dam #25. This requirement location is Lock and Dam 24, 350 North 1st St, Clarksville, MO 63336 and Lock and Dam 25, #10 Sandy Slough, Winfield, MO 63389. Schedule - CLIN Number QTY Unit CLIN 0001 -Roller Gates for Lock & Dam 24 & 25 1 Job See Attachment Scope of Work & Itemized Schedule 1 APPLICABLE FAR CLAUSES - The following provisions apply to this RFQ: 52.212-1 Instructions to Offerors -Commercial 52.212-3 Offeror Representations and Certifications- Commercial Items. 52.212-3 shall be completed in the offerors System for Award Management (SAM) record. All interested parties MUST be registered in SAM in order to receive a contract award. If you are not registered with SAM, you may contact the SAM Help Desk at 1-866-606-8220 or register on-line at http://www.sam.gov, 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Translations Relating to Iran-Representations and Certifications. The following clauses apply to this RFQ and resulting contract: FAR: 52.203-17 - Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights, FAR 52.212-4 - Contract Terms and Conditions-Commercial Items, FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, 52.222-50 - Combating Trafficking in Persons, 52.222-55 - Minimum Wages Under Executive Order 13658, 52.222-99, Establishing a minimum wage for Contractors (EO 13658), 52.232-39 - Unenforceability of Unauthorized Obligations, 52.223-11 - Ozone-Depleting Substances, 52.223-13 - 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 - Restrictions on Certain Foreign Purchases, 52.233-3 - Protest After Award, 52.233-4 - Applicable Law for Breach of Contract Claim DFARS: 252.203-7000 - Agency Office of the Inspector General, 252.203-7003 - Agency Office of the Inspector General, 252.203-7005 - Representation Relating to Compensation of Former DoD Officials, 252.204-7004 - Alternate A, System for Award, 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls, 252.204-7009 - Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012, - Safeguarding of Unclassified Controlled Technical Information, 252.211-7003 - Item Unique Identification and Valuation, 252.225-7001 - Buy American and Balance of Payments Program, 252.225-7036 - Buy American-Free Trade Agreements-Balance of Payments Program, 252.232-7003 - Electronic Submission of Payment Requests, 252.247-7024 - Notification of Transportation of Supplies by Sea. 52.211-11 Liquidated Damages-Supplies, Services, or Research and Development. (a) If the Contractor fails to deliver the supplies or perform the services within the time specified in this contract, the Contractor shall, in place of actual damages, pay to the Government liquidated damages of $1,755.00 per calendar day of delay. (b) If the Government terminates this contract in whole or in part under the Default-Fixed-Price Supply and Service clause, the Contractor is liable for liquidated damages accruing until the Government reasonably obtains delivery or performance of similar supplies or services. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. (c) The Contractor will not be charged with liquidated damages when the delay in delivery or performance is beyond the control and without the fault or negligence of the Contractor as defined in the Default-Fixed-Price Supply and Service clause in this contract. (End of clause) Quotes are to be received electronically no later than 0900 hours Central Standard Time on 23 February 2018. (Your E-mail submission must be checked and determined to be "virus-free" prior to submission). The Government requires your quote remain valid for 120 calendar days from date of submission. The preferred method for receipt of quotes is to be submitted by e-mail to the Contract Specialist, Barrietta Killiebrew, at barrietta.killiebrew@usace.army.mil. Faxed quotes will be accepted at the following number: (314) 331-8746. Questions regarding this synopsis/solicitation may be submitted via e-mail or you may call the following telephone number (314) 331-8418. End of Synopsis
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ef4129555f736f6faae133df128c4fcd)
 
Place of Performance
Address: 10 Sandy Slough, Winfield, Missouri, 63389, United States
Zip Code: 63389
 
Record
SN04816517-W 20180210/180208231120-ef4129555f736f6faae133df128c4fcd (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.