SOLICITATION NOTICE
99 -- Wanted: Paint Supply for the Lock and Dam 7 in La Crescent, MN.
- Notice Date
- 7/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325510
— Paint and Coating Manufacturing
- Contracting Office
- USACE District, St. Paul, Contracting Division CEMVP-CT, 180 East Fifth Street, St. Paul, MN 55101-1678
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES-11-T-0079
- Response Due
- 8/1/2011
- Archive Date
- 9/30/2011
- Point of Contact
- Shannon Matthews, 651-290-5304
- E-Mail Address
-
USACE District, St. Paul
(shannon.matthews1@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned 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. i) This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR PART 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. ii) Solicitation Number: W912ES-11-T-0079, this is being issued as a request for quotes (RFQ). Quotes are due no later than 1 August, 2011 at 10 am. CDT. iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. iv) This procurement will be set-aside for service disabled veteran owned small business concerns under NAICS code 325510, Size Standard 500. v) Requirements are defined as follows: CLINItem Qty Unit of Measure 0001Paint Supply for LD 7 1 Lump Sum Scope of Work for Paint Supply, Lock and Dam 7 1.)84-5 gallon pails of gray colored V766E industrial vinyl coating 78-5 gallon pails of white colored V766E industrial vinyl coating 92-5 gallon pails of aluminum colored V-102E industrial vinyl coating. 5 -55 gallon drums of MEK (Methel Ethel Keytone) 2.)A viscosity check using a Ford# 4 cup shall be conducted for each different lot that makes up the quantities of paint. 3.)Paint shall be delivered on standard pallets stacked no more than 3 high on each pallet. 4.)The products shall be delivered NLT 16 November 2011 to: Lock and Dam 7 33018 Highway 61 La Crescent, MN. 55947-9538 5.)All invoices shall be sent to: Fountain City Service Base Attn: Bryan Peterson 431 North Shore Drive Fountain City, WI. 54629. vi) FAR 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. Addendum to 52.212-1(b)(5) Terms of Express Warranty 1. The Contractor shall provide the standard commercial warranty or the warranty terms the Contractor offers to its most favorable customers, whichever is greater; however, the minimum warranty shall be one year. This excludes acts of Government negligence, acts of war and acts of nature. Any warranty offered shall be incorporated into the contract. The warranty shall include all parts, labor, transportation, and installation. 2. The contractor shall ensure each warranty includes details of the warranty duration and warranty coverage. Repairs required during the warranty period that are covered under the terms of the express warranty shall be the responsibility of the contractor providing the warranty. The Contractor and its suppliers may offer extended warranties in its quote, which may be accepted at the Government's discretion and included in the contract award. However, the offer of additional warranties will not affect technical acceptability or favor one contractor over another. 3. The contractor's terms of express warranty shall be incorporated into the contract award. vii) FAR 52.212-2, Evaluation - Commercial Items does apply to this solicitation. Evaluation of Proposals (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: Quotes shall be evaluated IAW FAR Part 13 - Simplified Acquisition Procedures. Quotations will be evaluated using simplified acquisition procedures of FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Award will be made to the lowest priced technically acceptable quote. The following factors will be used to evaluate offers: (i) Technical capability of the offeror to provide items that meet the government's requirement. To be considered for evaluation, all Contractors may submit an electronic proposal to the following email addresses no later than the stated due date. Submit an electronic proposal to Shannon.L.Matthews@usace.army.mil.You may also deliver hand carried offers to 180 5th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date. Submission of proposals via fax will not be accepted. Late Quotes Proposals that are received late in accordance with FAR 52.212-1(f) will not be considered for award. Late quotes will be considered late. (b) 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) viii) Offerors must submit with their offer a completed clause 52.212-3, Offeror Representations and Certifications or indicate current registration with the online representations and certifications application (ORCA). Clause 52.212-3 may be found in the attached document or at http://farsite.hill.af.mil/. ix) Clause 52.212-4, Contract Terms and Conditions-Commercial applies to this acquisition. x) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, the following FAR clauses cited in the 52.212-5 are applicable: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-33, DFARS 252.212-7001, 252.232-7003 xiii) Other applicable clauses, 52.225-18, 52.225-25, 52.247-34, 52.252-1, 52.252-2, 252.203-7002, 252.204-7004 Alt A, 252.232-7010, 252.243-7001 xiv) Defense Priorities and Allocations System (DPAS) - not applicable. xv) Offers are due - not later than 1 August, 2011 at 10am CDT. xvi) INSTRUCTIONS TO OFFERORS To assure timely and equitable evaluation of quotes, contractors must follow the instructions contained herein. The quote must be complete, self sufficient, and respond directly to the requirements of this solicitation. Quoters are encouraged to ask any questions regarding this solicitation. Technical related questions will be accepted up to 72 hours prior to the close of the solicitation. This requirement is for the acquisition of commercial items and/or services. Submit an electronic proposal to Shannon.L.Matthews @usace.army.mil. You may also deliver hand carried offers to 180 5th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date stated above. Quote Preparation Instructions NOTE: All Contractor quotes with company identifying information (name, logo, stamp, etc...) shall be limited to the cover page only on all submitted information, including technical submittals and schedules provided with the quote. 1. Contractors shall complete blocks 12 (if applicable), 17a, 30a, 30b, and 30c on page 1 of the SF 1449 or submit alternate document(s) containing comparable information sufficient to allow for a determination of technical sufficiency and price acceptability. In doing so, the contractor accedes to the contract terms and conditions as written in the Solicitation, with attachments. 2. Contractors shall insert proposed unit ("UNIT PRICE") and extended prices ("AMOUNT") in Pricing Schedule. Please note that a price must be entered on all CLINS as partial quotations will not be accepted. 3. Offerors shall complete the fill-ins and certifications in the provisions as necessary. Specifically, the provision FAR 52.212-3 shall be returned with the proposal or acknowledge that Annual Representation and Certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 4. Quoters shall provide all technical submittals and information as requested in these specific instructions. 5. Provide detailed warranty information in accordance with Addendum to 52.212-1(b)(5) in these specific instructions. 6. Prior to award contractor must be registered with the Central Contractor Registration (CCR) database at http://www.ccr.gov. 7. The U.S. Army Corps of Engineers, as part of the Federal Government, is tax exempt. Federal Tax ID#62-1642142. Electronic Quote Format All quote information shall be provided on, or formatted to, standard paper size. Electronic proposals provided via e-mail shall be submitted in Microsoft Word or Excel format or Adobe Acrobat (.pdf) as applicable. WINZIP (.zip) files cannot be accepted as they are routinely blocked by the domain firewall. It may be necessary to send multiple emails to keep the e-mail within the firewall size of 8MB. Quotes sent in multiple e-mails shall be numbered to include the total sent, for example "E-mail 2 of 6." For any questions regarding this solicitation, e-mail is the preferred method. E-mail questions to, Shannon.L.Matthews@usace.army.mil. See attached document for further explanation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-11-T-0079/listing.html)
- Place of Performance
- Address: USACE District, St. Paul Contracting Division CEMVP-CT, 180 East Fifth Street St. Paul MN
- Zip Code: 55101-1678
- Zip Code: 55101-1678
- Record
- SN02506866-W 20110723/110721235813-d4106b5f5319a3d6dfe68803cc2e006e (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 |