Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2011 FBO #3555
MODIFICATION

99 -- Wanted: Stair Tower Rental for the Lock and Dam 7 in La Crescent, MN. - Photo - Stair Tower

Notice Date
8/17/2011
 
Notice Type
Modification/Amendment
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
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-0084
 
Response Due
8/19/2011
 
Archive Date
9/8/2011
 
Point of Contact
Shannon Matthews, Phone: 6512905304
 
E-Mail Address
shannon.l.matthews@usace.army.mil
(shannon.l.matthews@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
photo stair tower 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-0084. This is being issued as a request for quotes (RFQ). Quotes are due no later than 19 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 532490, Size Standard $7.0 Million. v) Requirements are defined as follows: CLIN Item Qty Unit of Measure 0001 Stair Tower 1 LS Scope of Work for Stair Tower •1.) The stair tower shall be inspected by a qualified person in accordance with EM 385-1-1 which is the U.S. Army Corp of Engineers Safety Manual. This is available at USACE Web Site ( http://www.usace.army.mil/CESO/Documents/EM385-1-1Final.pdf ) •2.) The height of the stair towers must be 30' to top of step. •3.) The standard step size shall be 32" wide. •4.) The 2 stair towers shall be erected on or about 14 Dec 2011 and dismantled on or about 30 Mar 2012 •5.) The contractor must supply knee high rubber boots to the crew that will erect and dismantle the stair tower. The stair tower will be located inside a Mississippi River lock chamber. The government will not be supplying the contractor rubber boots to erect or dismantle the stair tower. •6.) The Contractor shall quote a weekly rate for the stair towers and include the cost for delivery, pickup, erect, and dismantle. •7.) The government will provide at least 2 days notice prior to erection date and dismantle date. It is possible that erection and/or dismantling may take place on a holiday or a weekend so consideration must be given to this possibility. •8.) The government has two cranes in a fixed position that can assist with placing and removing of the fully erected stair towers in/from their position in the lock chamber. The government has two moveable cranes that can assist in the placement of the stair towers into position. The government has a skid steer loader that can assist with unloading equipment. There is a large parking lot that will be available for storage that is easily assessable by skid steer from the job site. 9.) The lock is staffed 24 hours a day, so deliveries can be accepted anytime. Government personnel to assist with loading and unloading will be available on site from 7:00 am to 3:30 pm Monday through Friday. 10.) Site specific Personal Protective Equipment required are: high visibility vests, hard hats and safety glasses. The Government will conduct an approximately 5 minute site safety briefing for all contractor personnel. 11.) Contractor personnel will not be required to provide background checks and/or drug tests. Contractor personnel are not required to have O.S.H.A. training or certification. 12.) The stair towers shall be erected at: Lock and Dam 7 33018 Highway 61 La Crescent, MN. 55947-9538 13.) All invoices shall be sent to: Fountain City Service Base Attn: Bryan Peterson 431 North Shore Drive Fountain City, WI. 54629 11.) Site visits are recommended. If contractors wish to conduct a site visit contact the lockmaster (D.J. Moser) or head operator (Rojean Heyer-LaSeure) 24 hours in advance at 507-895-2170. Attachments: •1) Photo of dewatered lock chamber at Lock 10 with view of stair tower vi) FAR 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. vii) FAR 52.212-2, Evaluation - Commercial Items does apply to this solicitation. Evaluation of Quotes (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 offer 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: 52.219-27, 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 19 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-0084/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
 
Record
SN02538738-W 20110819/110818000214-be8eb092db9a7ca2dda827fbcf4a84b8 (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.