Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
SOLICITATION NOTICE

61 -- Motor Vessel Mississippi Generators and 3408 Generator Set Overhaul

Notice Date
7/10/2020 10:51:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
W07V ENDIST MEMPHIS MEMPHIS TN 38103-1894 USA
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-20-Q-0036
 
Response Due
7/13/2020 8:00:00 AM
 
Archive Date
08/09/2020
 
Point of Contact
Christopher P. White, Phone: 9015443343
 
E-Mail Address
christopher.p.white@usace.army.mil
(christopher.p.white@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 U.S. Army Corps of Engineers, Memphis District sets forth requirement for three (3) Caterpillar 3408 engine in-frame overhauls and the purchase and installation of three (3) generators on the Motor Vessel Mississippi. ***Please see Statement of Work for more details*** The solicitation number is W912EQ-20-Q-0036 and is being issued as a Request for Quote. This procurement will be 100% Set-Aside for Small Business. The associated NAICS code is 335312 and the applicable size standard of 1,250. Deliveries: All supplies listed above shall be delivered to Ensley Engineer Yard 2915 Riverport Road, Memphis, TN 38109. A quick turnaround is necessary in order for the Government to fulfill its mission. Questions Submission: Interested vendors must submit any questions concerning the solicitation at the earliest time possible to allow for a response. Questions must be submitted by email to Christopher White at Christopher.P.White@usace.army.mil. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Vendors shall submit quote on company letterhead to include pricing for the requested supply items, with its unit price, extended price, freight charge, total price, delivery date, prompt payment terms, remittance address, Tax Identification Number, DUNS number, and Cage Code. Vendors shall submit quotes for the following line items: CLIN������������������������� Unit���������������� Quantity���������� Unit Price�������������������� Total 0001 Generators and overhaul parts����� Lot������������������ 1��������������������� �� �������������������� ����������� ����������� ��������� 0002 Labor���������������� Job������������������ 1��������������������� ����������������������� ����������� ����������� ��������� Total Price:���� ����������������������� ����������� 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. Response to this combined synopsis/solicitation must be received via email by Monday�July 13, 2020 no later than 10:00 AM (CST). Quotes should be marked with solicitation number W912EQ-20-Q-0036 addressed to Christopher White, Phone (901) 544-3343, email: Christopher.P.White@usace.army.mil. FAR 52.212-2 Evaluation - Commercial Items: Basis of Award: Price and Past Performance. The Government will award a contract resulting from this solicitation to the responsible vendor 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 vendor 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. Vendor�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. Technical Acceptability - is defined as the capability to provide the supplies and services 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 vendors shall submit the following with their quote package; Evidence of the Capability to overhaul Caterpillar engines, such as Caterpillar Certified Technician status and/or past performance overhauling Caterpillar engines. Vendors must submit make and model of proposed generators. Generators must meet the minimum specifications listed in the Statement of Work and must be compatible with existing equipment. Vendors should submit product descriptions, 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. Vendors shall submit with their quote a project delivery schedule/date and certify with their quote that they are capable of completing delivery on or before the vendor�s specified date. 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 Supplier Performance Risk System (SPRS) application (https://wawf.eb.mil/) 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 SPRS 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. (End of provision) 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.acquisition.gov. FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation 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 52.204-22 Alternate Line Item Proposal FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-1(Dev) Instructions to Offerors-Commercial Items (DEVIATION 2018-O0018) 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 52.219-6 (Dev) NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (DEVIATION 2020-O0008) FAR 52.219-14 Limitations on Subcontracting FAR 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 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 52.204-10 Reporting Executing 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 FAR 52.219-8 Utilization of Small Business Concerns 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 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans 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 52.232-33 Payment by Electronic Funds Transfer - System for Award Management SAM The following additional FAR clauses apply to this procurement: FAR 52.247-34 FOB Destination 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 252.204-7003 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 252.213-7000 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 Payment 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 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/26fcc7020ef941379ef35643a2ee455c/view)
 
Record
SN05717941-F 20200712/200710230159 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.