SOLICITATION NOTICE
56 -- Lined Sylinder Concrete Pressure Pipe and Fittings
- Notice Date
- 6/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 327332
— Concrete Pipe Manufacturing
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-10-T-0052
- Response Due
- 7/7/2010
- Archive Date
- 9/5/2010
- Point of Contact
- Robin Green, 601-631-7266
- E-Mail Address
-
USACE District, Vicksburg
(robin.l.green@usace.army.mil)
- Small Business Set-Aside
- N/A
- 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 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. Solicitation Number W912EE-10-T-0052 is being issued as a Request For Quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-42. THIS PROCUREMENT IS UNRESTRICTED AND ISSUED UNDER NAICS CODE 327322 (SIC 3273) WITH A SIZE STANDARD OF 500 EMPLOYEES FOR A FIRM FIXED PRICE CONTRACT. This procurement may be quoted as follows: Line Item 000l Supplies/Services: Contractor shall provide all plant, labor, equipment, materials, and supplies to furnish and deliver 159.5 feet of lined cylinder concrete pressure pipe, fittings, and accessories as described in the specifications and attached drawing. Quantity: 1, Unit: Lump Sum, Unit Price: $ _________; Total amount of Line Item 0001 $ ____________. SPECIFICATIONS: 1.0 SCOPE. The contractor shall provide all plant, labor, equipment, materials, and supplies to furnish and deliver 159.5 feet of lined cylinder concrete pressure pipe, fittings, and accessories as described in this specification. All pipe, fittings, and accessories shall conform to all of the requirements of the attached specification and drawings. 2.0 PIPE. Pipe shall be furnished in nominal lay down lengths of 20 feet and one short length such that when laid and joined will form a sealed conduit with total length as indicated on the attached drawings. 3.0 WALL PIECES. The contractor shall provide two (2) wall pieces to be fitted on each end of the joined conduit. The wall pieces shall be cast in place to make connection with the ends of the conduit and the existing outlet structure and the constructed inlet structure. The wall pieces and connections shall be as shown on the attached drawings. 4.0 INTERNAL BULKHEADS. The contractor shall furnish two (2) internal bulkheads to be used in pressure testing of the assembled pipe sections and joints. The bulkheads shall be designed and constructed to plug both ends of the assembled pipe sections and shall be watertight when subjected to ten (10) of head pressure for a period of not less than two (2) hours. 5.0 GASKETS. The contractor shall furnish endless rubber gaskets and diapers for each jointed connection in the total pipe length. 6.0 ACCESSORIES. The contractor shall furnish five (5) twenty five gallon pails of joint lube to be used during pipe assembly. An installation kit shall be furnished which contains all necessary assembly aids to include crimper, stretcher, feeler gauges, and joint stops. 7.0 DELIVERY. Delivery is not later than 1 August 2010. All pipe and components shall be sufficiently crated and blocked to prevent damage during transport. All materials shall be delivered to the construction site located at coordinates 33 20 26.2 North and 92 31 52.7 West or 12 miles northeast of El Dorado, Arkansas on Hwy 167 and just north of Calion, Arkansas. The Contractor shall notify U.S. Army Corps of Engineers, Mr. Richard A. Jones, Chief, Vidalia Area Office at ph. (318) 336-5226 at least 48 hours prior to delivery. Award shall be made to the responsive and responsible offeror whose quote is determined to offer the best value to the Government. Award will be made to that offeror whose quote offers the best value combination of earliest delivery date and lowest price of those offerors who are deemed be technically capable. Technical Capability is defined as the ability to deliver the required pipe meeting all specifications on or as soon after 01 August 2010 as possible; and having a satisfactory Past Performance record. Offerors shall submit with their quotation sufficient technical literature, brochures, specifications, etc. that will enable the Government to determine the the offer meets requirements for technical capability. Offeror must also provide evidence of past performance information to include at a minimum of three (3) and not more than six (6) past performance information contact names with addresses, phone numbers contract number, if applicable, as well as the supplies provided. Offerors may submit multiple delivery dates (including dates prior to 01 August 2010) at varying prices, and each offer will be evaluated as a separate offer. FAR Provision 52.212-1, Instructions to Offerors Commercial (JUN 2008), applies to this acquisition. Offerors MUST include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009) with this offer. Offeror is to provide DUNS number and CAGE code number with offer. The Clause 52.212-4, Contract Terms and Conditions (JUN 2010), applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2010), applies to this acquisition. Applicable clauses under 52.212-5 include: 52.222-3, Convict Labor (JUNE 2003 (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 2002) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793); 52.222.50, Combating Trafficking in Persons (FEB 2009); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003) The full text of a FAR clause may be assessed electronically at http://farsite.hill.af.mil/VFFAR1.HTM. DFARS Clause 252.212-7001 (JUN 2010), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (JAN 2009) applies to this acquisition. 252.232-7010 Levies on Contract Payments (DEC 2006). The full text of a DFARS clause may be assessed electronically at http://farsite.hill.af.mil/Vfdfar1.htm. If you are not registered in the Central Contractor Registration (CCR) database, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Quotes are due 7 July 2010 not later than 1400 HRS (CST) at the USACE VICKSBURG DISTRICT CONTRACTING OFFICE, ROOM 144, 4155 EAST CLAY STREET, VICKSBURG, MS 39183, ATTN: ROBIN L. GREEN or email to robin.l.green@usace.army.mil. Quotes sent to other facilities other than the Vicksburg Contracting Office may not be accepted. Facsimile offers shall not be accepted. For information concerning this solicitation contact Robin L. Green at 601-631-7266 or email at robin.l.green@usace.army.mil. Offerors should check the FedBizOpps Web Page often for new solicitations and/or changes (AMENDMENTS) to existing ones. All technical inquiries and questions related to W912EE-10-T-0052 are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid inquiry items, bidders will need to a current registered user or self-register into the system. To self register, go to the web page, click on BID tab, then select Bidder Inquiry, select agency: USACE, enter Bidder Inquiry Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that the information on the next screen is correct and click continue. From this page you may view all bidder inquiries or add inquiries. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-10-T-0052 The Bidder Inquiry Key is: 617PU4-6B3WT7 Bidders are encouraged to submit questions at least two (2) days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. For help with the ProjNet System; call 1-800-428-HELP. The call center operates weekdays from 0800 to 1700 hrs CST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-10-T-0052/listing.html)
- Place of Performance
- Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Zip Code: 39183-3435
- Record
- SN02192608-W 20100702/100630234925-d4858aac5090fbb1a5641d908ab914ce (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 |