SOLICITATION NOTICE
19 -- Sectional Spud Barge - Statement of Work/Speciifcations
- Notice Date
- 7/29/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
- ZIP Code
- 13662
- Solicitation Number
- DTSL5509-Q-P0962
- Archive Date
- 9/8/2009
- Point of Contact
- Patricia L. White, Phone: (315) 764-3236, Teresa A Helm, Phone: 315-764-3252
- E-Mail Address
-
patricia.white@sls.dot.gov, teresa.helm@dot.gov
(patricia.white@sls.dot.gov, teresa.helm@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work/Specifications Sectional Spud Barge 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. Solicitation number DTSL55-09-Q-P0962 is issued as a request for quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. The applicable NAICS code is 336611 and the size standard is 1,000 employees. This procurement is a total small business set-aside. Requirement as follows: one (1) each Sectional Barge in accordance with the attached specifications. Delivery FOB Destination by December 18, 2009 to Saint Lawrence Seaway Development Corporation, Attn: Receiving Warehouse, 251 Fregoe Road, Massena, NY 13662. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items (June 2008) applies to this acquisition. Evaluation of Offers - The Corporation will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer provides the best value to the Corporation based on the following factors: price and other price related factors contained in this notice; technical acceptability of the item in meeting the Corporation’s specifications; the offeror’s past performance in providing this type of equipment; and warranty terms. Offeror shall submit reference information from at least three (3) customers who purchased a similar product within the last three (3) years to include name, address, and phone number. Offerors are also required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (JUL 2009), with its offer. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov (see below), only paragraph (b) of this provision needs to be completed and submitted if the offeror has any exceptions to the applicable paragraphs of the provision. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items (MAR 2009) is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUNE 2009) are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government Alternate I; 52.219-6, Notice of Total Small Business Set-Aside Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-1, Buy American Act – Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Addendum – Additional FAR Clauses applicable to this solicitation: 52.204-4, Printing or Copied Double-Sided on Recycled Paper (AUG 2000); 52.204-7, Central Contractor Registration (APR 2008); 52.247-34, F.O.B. Destination (NOV 1991). Response date for receipt of offers/quotes is by COB 4:30pm, Monday, August 24, 2009. Offerors are required to submit descriptive literature and technical and cost information with their offer via email to Patricia.White@dot.gov or by mail/courier to PO Box 520, 180 Andrews Street, Massena, NY 13662. All responsible offerors may submit an offer which shall by considered by the Saint Lawrence Seaway Development Corporation. Questions regarding this acquisition are to be directed to Patricia White, Contracting Officer, (315) 764-3236 or by email to the address above. Offerors must be registered in the Central Contractor Registration database to be eligible for award. Register at www.ccr.gov. In conjunction with CCR registration, offerors shall complete their representations and certifications on-line at http://orca.bpn.gov. Full text of FAR clauses and provisions may be accessed electronically at www.arnet.gov/far/. Offerors are encouraged to check the FedBizOpps website periodically for any modifications to this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL5509-Q-P0962/listing.html)
- Place of Performance
- Address: 251 Fregoe Road, Massena, New York, 13662, United States
- Zip Code: 13662
- Zip Code: 13662
- Record
- SN01891647-W 20090731/090730001020-b00b1a4fc63c9f4f56edb6eb3f2a56df (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 |