SOLICITATION NOTICE
43 -- Two mobile self-contained hydraulic pumping stations. Each station must include pump, discharge pipe, diesel engine, hydraulic oil and fuel tanks. Effort also includes incidental startup services.
- Notice Date
- 7/2/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Engineer District, St. Paul - Civil Works, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
- ZIP Code
- 55101-1638
- Solicitation Number
- DACW37-02-T-0022
- Response Due
- 7/24/2002
- Archive Date
- 8/23/2002
- Point of Contact
- Laird Draves, 651-290-5421
- E-Mail Address
-
US Engineer District, St. Paul - Civil Works
(laird.c.draves@mvp02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA (i) 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; quotations a re being requested and a written solicitation will not be issued. (ii) The reference number is DACW37-02-T-0020 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solicitation document a re those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Reg ulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/ (iv) This solicitation utilizes Full and Open competition. No Set-Asides apply to this effort. However, a price evaluation preference will be provided to Hubzone small business concerns in accordance with clause 52.219-3. The associated NAICS code is 333996 and small business size standard is 500 employees. (v) This requirement consists of 3 line items (0001 - Large Scale Portable Pumps, qty 2 Ea.), (0002 - Startup /Installation Services, qty 1 lot), (0003 - 3 Year Warranty, qty 1 lot ). (vi) Work to be completed under this contract will consist of: two self contained mobile highway hydraulic pumps, capable of providing 18,000 USGPM. Each pumping unit shall be comple te with pump, discharge piping , hydraulic oil reservoir, and fuel tanks Detailed descriptions of the line items are included as addendum I, Scope of Work. (vii) Delivery and acceptance of deliverables will be FOB destination, Wahpeton, ND. Estimated per iod of performance is 180 days from date of award. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The follo wing factors are added to Paragraph (a) of FAR 52.212-2: ( I. Technical Acceptability, II. Price). Technical acceptability is approximately equal to price. This acquisition will be conducted using the Test Program for Certain Commercial Items under FAR 1 3.5. Award will be made on the basis of price and other factors. Other factors include technical acceptability. In order to be considered technically acceptable, Each pumping unit at a minimum must meet or exceed the technical specifications outlined wi thin the addendum I, Scope of Work. Additional guidance on price is provided under provision 52.212-1 section (g). Acceptability of the aforementioned items will be on a pass-fail basis. A competitive award will be made to the lowest priced technically acceptable offeror. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. Paragraph (b), Taxpayer Iden tification Number (TIN), of provision 52.212-3 does not apply. A copy of the provision may be attained from http://www.arnet.gov/far. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Addendum info rmation includes; delivery, training, and extended warranty information. (xii) The clause at 52.212-5 (Dev), Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition. The following FA R clauses identified at paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition. 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-4, Notice of Price Evaluation Preferences for HUBZon e Small Business Concerns; 52.219-8 Utilization of Small Business Concerns; 52.219-9 Small Business sub-contracting plan; 52.222-19, Child Labor – Co-operation with Authorities and remedies; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-13, Restrictions on Certain Foreign purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at 52.204-4 printed or copied double sided on recycled paper applies to this eff ort. The DFAR clause 252.209.7001 Disclosure of Ownership or control by the government of a terrorist country applies to this acquisition. The DFAR clauses 252.212-7000, Offeror representations and certifications-Commercial Items applies to this acquisition; The DFAR clauses at 252.204-7004, Requires Central Contractor Registration, (xiii) To be awarded this contract, the offeror must be regi stered in the CCR. CCR information may be found at http://www.ccr.gov The clause at 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders applicable to Defense acquisitions of commercial items applies to this acqui sition. The following clauses identified at paragraph b of the clause are considered checked and is applicable to this acquisition. 52.203-3 Gratuities; 252.225-7001 Buy American Act and balance of payments programs; 252.243-7002 Requests for equitable a djustment. 252.225.7012; Preference for certain domestic commodities. 252.225-7017 Prohibition on award to companies owned by the People’s Republic of China applies to this acquisition (xiii) This procurement calls for a standard 3 year warranty including parts and labor, see Scope of Work for warranty details. (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) No numbered notes apply to this acquisition. (xvi) Quotations are due at the Army Corps of Engin eers Center, 190 Fifth Street East, St. Paul, MN 55101-1638 no later than 24 July 2002. Faxed or emailed transmissions of quotes are acceptable. (xvii) The assigned Specialist is Mr. Eddie T. Shaw. Mr. Shaw may be reached at Eddie.T.Shaw@USACE.Army.Mil, (6 51) 290-5723 or by fax, (651) 290-5706. Requests for addendum I Scope of Work and II Pricing worksheet should be made to Mr. Shaw.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA37/DACW37-02-T-0022/listing.html)
- Place of Performance
- Address: US Engineer District, St. Paul - Civil Works Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
- Zip Code: 55101-1638
- Country: US
- Zip Code: 55101-1638
- Record
- SN00104145-F 20020704/020703043001 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |