Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2019 FBO #6511
MODIFICATION

99 -- Stoplog manufacturing - Amendment 1

Notice Date
9/21/2019
 
Notice Type
Modification/Amendment
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
w912bu19p0046
 
Archive Date
10/25/2019
 
Point of Contact
James F Casey, Phone: 2156566915
 
E-Mail Address
james.f.casey@usace.army.mil
(james.f.casey@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications for stop-logs. Specifications were erroneously omitted from the original solicitation. Response date has been extended to 10 October 2019. 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. AWARD #: W912BU19P0046 This combined synopsis/solicitation is issued as a Request for Quotes. A Firm Fixed Price type contract will be awarded. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 effective 12 July 2019. This combined synopsis/solicitation is being issued as a 100% Small Business Set Aside. NAICS: 332312 **Contractors are instructed to price each CLIN individually** CLIN 0001 - Fabricate, Test, Deliver - The base bid work will consist of the fabrication and delivery of one (1) new ‘B' stoplog for installation at the Blue Marsh Lake Dam. This new stoplog will be similar in construction, dimensions, and painting as the existing stoplogs on site. All new stoplogs must be fabricated and delivered in accordance with all applicable codes and regulations identified in or required by the contract documents. The material will be ASTM A709 Grade 50 steel for all new stoplogs. Fabrication of the stoplogs includes testing and certification of all welded connections. All new stoplogs must be test-fit to ensure they fit correctly into the existing stoplog slots and seat correctly after delivery. A mobile four-wheel articulated crane will be needed for the test fit. Delivery Schedule: Provide best delivery schedule in quote. Delivery Location: US Army Corp of Engineers Blue Marsh Lake Dam 1268 Palisades DR Leesport, PA 19533 FOB Point: Destination CLIN 0002(Option 1) - Fabricate, Test, Deliver Fabricate two (2) additional stoplogs for Blue Marsh Lake Dam. One of the two additional stoplogs would be an ‘A' stoplog while the other would be a ‘B' stoplog in accordance with all applicable codes and requirements. Inspect and certify all welded and non-welded connections in the new stoplogs. Perform the initial inspection and provide documentation of findings from the initial inspection in report form. Report format to be in accordance with the contract requirements. Paint new stoplogs in accordance with contract requirements. Deliver new stoplogs to project site, Blue Marsh Lake Dam, Leesport, PA. Perform t st-fit of new stoplogs to ensure proper fit within the stoplog slots and proper seating. Delivery Schedule: Provide best delivery schedule in quote. Delivery Location: US Army Corps of Engineers Northern Area Office 2145 Pohopoco Drive Lehighton, PA 18235 FOB Point: Destination CLIN 0003(Option 2) - Fabricate, Test, Deliver Fabricate one (1) new emergency gate bulkhead for Beltzville Lake Dam in accordance with all applicable codes and requirements. Inspect and certify all welded and non-welded connections in the new bulkhead. Perform initial inspection of new bulkhead and provide documentation of findings in report form. Report format to be in accordance with the contract requirements. Paint new emergency bulkhead in accordance with contract requirements. Deliver the new emergency gate bulkhead to the Beltzville Lake Dam, Lehighton, PA. Perform test-fit of new emergency gate bulkhead to ensure proper fit within the bulkhead slots and proper seating. Delivery Schedule: Provide best delivery schedule in quote. Delivery Location: Beltsville Lake Dam 2145 Pohopocco Dr Lehighton, PA 18235 FOB Point: Destination FAR 52.212-1 - Instructions to Offerors Provision Addenda: All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7, prospective vendors must be registered in the SAM database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at https://www.sam.gov This solicitation is issued as a request for quote using FAR Parts 12 Commercial Items and 13 Simplified Acquisition Procedures. Firms interested in this opportunity should submit a quote with the following information: Delivery Date, unit prices for each CLIN, total price, product specifications, warranty terms, etc. Contractors are instructed to price each CLIN individually. All quotes received will be evaluated for conformity with the solicitation. A quote is acceptable if it conforms to all material requirements of the RFQ; otherwise it will be considered non-responsive. Only acceptable quotes will be evaluated. Suppliers should annotate within their quote specifications relating to the items quoted. Insufficient information may lead to a quote being considered non-responsive. FAR 52.212-2 - Evaluation - Commercial Items: All quotes received will be evaluated for conformity with the solicitation. A quote is acceptable if it conforms to all material requirements of the RFQ; otherwise it's considered non-responsive. Only acceptable quotes will be evaluated. The following are the evaluation criteria: 1. PRICE a. Quoted total cost for the stoplog. Total cost includes all direct and indirect cost of delivering the stoplog 360 calendar days after NTP and the costs associated with ABS review. The offeror shall provide pricing for CLIN 0001, CLIN 0002 & CLIN 0003 in the quotation. The Contract Specialist shall review the quote. Price will be evaluated for fairness and reasonableness. 2. TECHNICAL CAPABILITY 1. For Technical Capability Evaluations, a. Contractors shall demonstrate a clear understanding of the requirements presented in this specification. b. The contractor shall identify a minimum of three projects (greater than or equal to $200,000) completed within the last 5 years where the contractor successfully provided a stoplock meeting the following requirements: i: Either stoplogs or flashboard. For each project, the offeror shall provide an overview listing that includes: • Project description • Include item dimensions • Flow rate • Location item being referenced is in use • Client or Government Agency • Project Cost c: Verification of bonding with maximum dollar amount covered for this project d: Customer POC (Name, phone number, & email) NOTE: Failure to submit proof of a minimum of three (3) projects will result in vendor being found nonresponsive. The vendor shall provide verification of bonding and its dollar amount. **Failure to provide this information will result in your quote being deemed "Non- Responsive"** The Government will evaluate the Technical Quotation using the following adjectival rating. Adjectival Description Acceptable: Meets all the minimum requirements of the criteria; has an average probability of success; no significant weaknesses and any deficiencies can be readily corrected. Unacceptable: Fails to meet any of the minimum requirements of the criteria; quotation needs major revisions; very low probability of success. 3. PAST PERFORMANCE: Price and Past Performance will be evaluated in accordance with in DFARS 213.106- 2(b)(i)(B)&(C). Past Performance history shall be evaluated for each supplier's past performance history in SPRS for the FSC and PSC of the supplies being purchased. Award will be made to the supplier whose quote represents the best values to the Government quoting the lowest price and that has anything other than an "Unsatisfactory" rating in CPARS. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their quote. FAR 52.212-4 - Terms and Condition - Commercial applies to this acquisition FAR 52.212-5 (DEV Nov 2017) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.252-1 - Solicitation Provisions Incorporated By Reference - This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address: http://farsite.hill.af.mil/ The following additional provisions or clauses are specific to this particular requirement: FAR 52.204-7 - System for Award Management FAR 52.217.7 - Option of increased quantity-Separate priced line item FAR 52.247-34 - FOB Destination FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.232-33 - Payment by Electronic Funds Transfer-- System for Award Management All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to james.f.casey@usace.army.mil no later than 10 October 2019, 1:00 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/w912bu19p0046/listing.html)
 
Place of Performance
Address: Blue Marsh Lake dam, 1268 Palisades Drive, Leesport, Pennsylvania, 19533, United States
Zip Code: 19533
 
Record
SN05453986-W 20190923/190921230038-a05e0f240f31a9dd4e2c583787f2d21c (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.