Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2009 FBO #2669
SOLICITATION NOTICE

59 -- Headgate Anodes for Lower Monumental and Loer Granite Dams

Notice Date
3/16/2009
 
Notice Type
Modification/Amendment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Walla Walla, US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-09-Q-0038
 
Response Due
3/23/2009
 
Archive Date
5/22/2009
 
Point of Contact
Clarence Miller, 509-527-7215<br />
 
Small Business Set-Aside
Total Small Business
 
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. This is a request for quote for Anodes as per attached specifications and plans If you have any questions or concerns regarding this solicitation, please contact Clarence A. Miller at (509) 527-7215 or at email: clarence.a.miller@usace.army.mil The following shall be submitted with the proposals: Quoters are to provide two references to include company name, address, point of contact, and telephone number that include recent relevant contracts of the same or similar services. The Government reserves the right to contact references other than those provided. Please reference FAR Clause 52.212-2 Evaluation Commercial Items (Jan 1999) in this solicitation. DUNS NO:_________________ CAGE CODE:_______________ TIN NO:____________________ Pricing shall include FOB Destination. CENTRAL CONTRACTOR REGISTRATION: Your attention is drawn to FAR clause 52.204-7, Central Contractor Registration and DFARS clause 252.204-7004 Alt. A, Required Central Contractor Registration, LACK OF REGISTRATION IN THE CCR DATABASE WILL MAKE AN OFFEROR INELIGIBLE FOR AWARD. Registration instructions may be obtained, and online registration may be accomplished, at www.ccr.gov. By submission of a quote, a vendor acknowledges the requirement to be registered in the CCR database prior to award; during performance; and through final payment of any contract resulting from the solicitation. OFFEROR REPRESENTATIONS AND CERTIFICATIONS: Prior to quoting, it is preferred that vendors complete the Online Representations and Certifications (ORCA). To do so requires CCR registration, including a MPIN number. Instructions may be obtained, and required information may be entered, at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offer shall complete only paragraphs (c) through (m) of provision 52.212-3, Alt 1 in this document. To ensure receipt of your quote, please send to Clarence A. Miller in this order of preference: EMAIL: clarence.a.miller@usace.army.mil FAX: (509)-527-7802 In accordance with FAR Part 29.3 STATE and LOCAL TAXES, and per Title 4 of the US Code 104-107, the Government is exempt from paying local and state taxes. Exempt tax identification number 91-0828090. SOL: W912EF-09-Q-0038 ISSUE DATE : 02/22/2009 DUE: 03/09/2009 at 02:00pm Walla Walla Pacific time The technical specifications and drawings are attached and any questions should be directed by email to Clarence.a.miller@usace.army.mil. 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; quotes are being requested and a written solicitation will not be issued. This is a request for quotation. No formal solicitation will be issued. This notice incorporates provisions and clauses in effect through FAR Circular 2005-30 effective 17 Feb 09. ADMIN INFO: Solicitation is a total small business set aside. The NAICS code for this acquisition is 335999 and the small business size standard is 500 employees. In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the Central Contractor Registration (CCR). Contractors can access the CCR for free at http://www.ccr.gov. This is a request for quote under Part 12 of the FAR (commercial items.) The closing date for responses is March 9, 2009 at 02:00pm local Walla Walla, WA time. For any questions, contact Clarence at PH: 509-527-7215. You may email your quotes to Clarence.A.Miller@usace.army.mil. The provision at 52.212-1, Instruction to Offerors Commercial, applies to this acquisition. Under 52.212-2, the evaluation procedures to be used are lowest overall responsive and responsible price for the parts. Lowest Price quote that passes the technical requirement under 52.212-2 will receive award Please provide a completed copy of provision at 52.212-3. See the provision at http://www.arnet.gov/far. The FAR clause at 52.212-4, contract terms and conditions-Commercial Items, applies to this acquisition. Also, FAR clause 52.212-5 applies with checkmarks under this clause for the following - 52.219-6,219-8, 222-3, 222-19, 222-21, 222-26, 222-36, 222-50, 225-13, 232-33. w/other other FAR/DFARS clauses that apply: 52.204-7, 252.232-7010, 252.212-7001 with check marks for 252.225-7036,252.232-7003, 252.247-7023 and 252.225-7000, 252.225-7001. 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: Lowest Price found to be technically acceptable. To be technically acceptable, two acceptable references showing the same or similar work that have been performed satisfactorily must be provided. The government will verify on the low quote. If that quoter is found to be unsatisfactory, then next low will be verified and so on. (b) No Options under this contract. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of clause) SECTION B BID SCHEDULE ITEM DESCRIPTION QUANTITY U/M U/P AMOUNT 0001Anodes, anode clamps, and associated hardware for Lower Granite Lock & Dam4SET$_______$________ 0002Anodes, anode clamps, and associated hardware for Lower Monumental Lock & Dam2SET$_______$________ SCHEDULE TOTAL $__________ Note: -A set consists of the quantity required to fully furnish one intake gate with anodes, clamps, supports and associated hardware as shown on the contract drawings. A set for Lower Monumental is comprised of part numbers 1 thru 35. A set for Lower Granite is comprised of part numbers 1 thru 41. For details see contract drawings. SECTION D PACKAGING AND MARKING 1.1 PROTECTION OF MATERIAL AND WORK At all times prior to delivery, and as also specified in paragraph 1.2, all materials, supplies, and equipment of every description including property which may be Government-owned and all work performed shall be protected and preserved. All reasonable requests from the Government to enclose or specially protect such property shall be complied with. If, as determined, material, equipment, supplies, and work performed are not adequately protected, such property may be protected by the Government and the cost thereof may be charged to the Contractor or deducted from any payment due. 1.2 PACKAGING, MARKING AND SHIPMENT (1) All material and articles shall be prepared and loaded for shipment in such manner as to protect them from damage in transit, and any and all damage shall be made good until the equipment is delivered to the Government at the specified delivery point. Where necessary, heavy parts or machines shall be mounted on skids or shall be crated, and any articles or materials that might otherwise be lost shall be boxed or wired in bundles and plainly marked for identification. All parts exceeding two hundred (200) pounds of gross weight shall be prepared for shipment so that slings for handling by the crane may be readily attached while the parts are on the car or transport truck. Boxed parts, where it is unsafe to attach slings to the box, shall be packed with slings attached to the part, the slings to project through the box or crate so that attachment to the hoisting equipment can be readily made. (2) No material or equipment shall be shipped until after it has been inspected and accepted for shipment by the Government, or unless inspection of the equipment has been waived in writing. The Government shall be notified at least 15 days in advance as to the expected shipment dates of the equipment. (3) The Government will accept delivery of materials and equipment when delivered at the specified delivery point in accordance with provisions of SECTION F. (4) Each container shall be labeled in such a way that the markings will be permanent and not fade. The labels at a minimum shall contain the following; SECTION F DELIVERY AND PERFORMANCE 52-211-8 TIME OF DELIVERY. (June 1997) The Government requires delivery to be made according to the following schedule: Item No.QuantityUnitsDelivery Schedule (Calendar days after Notice of Award) 00014EA120 00022EA120 (End of clause) PLACE OF DELIVERY. Items supplied under this contract shall be delivered f.o.b. transport truck to the destinations shown below: a) Delivery Locations Location 1: Lower Granite Lock and Dam - Item 0001 Place of Delivery: Lower Granite Project Office 885 Almota Ferry Road Colfax, WA 99111 Project POC: Rob Lustig Phone: (509) 843 1493 ext. 258 Location 2: Lower Monumental Lock and Dam - Item 0002 Place of Delivery: Lower Monumental Project Office 5520 Devils Canyon Road Kahlotus, WA 99335 Project POC: Ron Standring Phone: (509) 282 7244 (b) Transportation Facilities. Prior to each shipment of equipment and materials, the Contractor shall make his own investigation of conditions of the facilities such as clearances, restrictions, load limits, and other limitations affecting transportation to each one of the delivery locations. (c) Time of Delivery. The maintenance crews work at each of the delivery locations from 6:30 a.m. to 5:00 p.m., Monday through Thursday, excluding federal holidays. Deliveries shall be made when the maintenance crews are at work. Government crane or fork lift service will be available to assist the Contractor in unloading the delivery trucks. At least five days prior to delivery, the Contractor shall contact the POC for each delivery location to make arrangements for off loading the items being delivered. (a)Manufacturer (b)Contract number (5) As soon as each shipment is made shipping notices shall be submitted on which shall be shown, in addition to the usual data, a description of the article furnished, the item number of the contract schedule to which the article applies, the shipping weight of each item, the number of pieces, the total weight, and if shipped by railroad carload lots the car number. See attached specifications and plans
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8ac61e9bccbcb6f6f6037ec411d2a35e&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA<br />
Zip Code: 99362-1876<br />
 
Record
SN01769682-W 20090318/090316214606-8ac61e9bccbcb6f6f6037ec411d2a35e (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.