Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2012 FBO #3851
SOLICITATION NOTICE

W -- LEASE OF ONE TENDER BOAT WITH OPERATING PERSONNEL

Notice Date
6/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-12-T-0016
 
Response Due
7/9/2012
 
Archive Date
9/7/2012
 
Point of Contact
Melinda Windham, 601-631-7063
 
E-Mail Address
USACE District, Vicksburg
(melinda.windham@usace.army.mil)
 
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 combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. Solicitation Number W912EE-12-T-0016 is being issued as an Invitation for Bid (IFB) with the intent to issue a single award Firm-Fixed Price contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-58. THIS PROCUREMENT IS BEING COMPETED AS A 100% SMALL BUSINESS SET-ASIDE. The NAICS code for this procurement is 532411; with a size standard of $5.0 MILLION for a Firm Fixed Price contract. This procurement may be quoted as follows: Line Item 0001, Lease of (1) Tender Boat with Operating Personnel; Quantity: 220; Unit: Days; Unit Price: $__________; Total Line Item Price: $__________. Line Item 0002, Option to Extend Lease of (1) Tender Boat with Operating Personnel; Quantity: 30; Unit: Days; Unit Price: $__________; Total Line Item Price: $__________. PRODUCT SPECIFICATIONS: Reference the Attachments posted with this solicitation under the "Additional documentation" link toward the bottom of this announcement: SPECIFICATIONS FOR TENDER BOAT BID SCHEDULE DATA AND INSPECTION SHEETS WAGE RATES EVALUATION OF OFFERS: This is a competitive, sealed bid acquisition. Award will be made to the responsible bidder whose bid is found to be most advantageous to the Government based on price and price-related factors as indicated in the IFB. It is the Government's intent to issue a single award, fixed price contract to the Bidder whose bid represents the lowest price of the offers determined to meet the minimum requirements and determined responsive in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Part 14, Sealed Bidding. Prior to award, the Contracting Officer or his duly authorized representative will make an inspection of the equipment offered to determine the condition and suitability for the service for which it will be used. If found that the equipment offered is not suitable for the purpose intended, or that it is not in good mechanical condition, it will not be accepted and the bidder on that equipment may be determined non-responsive. If deficiencies are of a minor nature and may be easily repaired, the bidder will be given seven days to correct all deficiencies found. Examples of minor deficiencies are found on the MVK Form 385-18-R, Safety Inspection Checklist for Towboats and Tenders. If the deficiencies are not corrected within the seven day period, the offer will be determined non-responsive. However, in case of award, this inspection will not relieve the Contractor from the satisfactory operation of the equipment during the period of the contract or any extension thereof. Additionally, the contractor SHALL SUBMIT THE COMPLETED DATA SHEET (Attachment A) WITH THEIR BID. ORCA: Before a bid can be determined responsive, bidders must provide "Offeror Representations and Certifications" for their company. The preferred method for completing offeror representations and certifications is to register on the ORCA web site at https://orca.bpn.gov/login.aspx. Offerors not wishing to register online must print completely and include FAR Clause 52.212-3, Offeror Representations and Certifications with their quote package. The government intends to make a single award for one lump sum including the entire scope of the work described. Bids for less than the required scope of work will not be accepted. CCR: CCR registration is necessary, 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. Bids are due 9 July 2012 not later than 2:00 p.m. (CST) to U.S. Army Corps of Engineers, ATTN: Melinda Windham, 4155 East Clay Street, Vicksburg, MS 39183-3435. Bids may be submitted electronically via email, providing that they are complete and provide all required information to: Melinda.Windham@usace.army.mil. For information concerning this solicitation, contact Melinda Windham at (601) 631-7063; E-mail: Melinda.Windham@usace.army.mil. The following FAR Clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration (Apr 2008); FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications - Offerors must include a completed copy of this provision with this offer; FAR 52.212-4 Contract Terms and Conditions - Commercial Items (MAR 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (AUG 2009) - Alternate II (MAY 2009), and the following clauses cited within that clause: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995); FAR 52.217-8 Option to Extend Services (Nov 2009); FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000); FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns (May 2004); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219-28 Post Award Small Business Program Re-representation (Apr 2009); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-41 Service Contract Act of 1965 (Nov 2007); FAR 52.222-42 Statement of Equivalent Rates for Federal Hire (May 1989); FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (Sep 2009); FAR 52.222-54 Employment Eligibility Verification (Jan 2009); FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.228-5 Insurance - - Work on a Government Installation (Jan 1997); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.252-4 Alterations in Contract (Apr 1984); FAR 52.214-3 Amendments to Invitations for Bids FAR 52.214-4 False Statements in Bids FAR 52.214-5 Submission of Bids FAR 52.214-6 Explanation to Prospective Bidders FAR 52.214-7 Late Submissions, Modifications, and Withdrawals of Bids FAR 52.214-10 Contract Award-Sealed Bidding FAR 52.214-12 Preparation of Bids The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.204-7004 (Alt A.) Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912EE-12-T-0016 are to be submitted via Bidder/Offeror Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid/offer inquiry items, bidders will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on the next screen is correct and click, continue. From this page you may view all bidder inquiries or add inquiry. Bidders/Offerors 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-12-T-0016 The Bidder/Offeror Inquiry Key is: KDSDEQ-L544UU Bidders/Offerors are encouraged to submit questions at least 7 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. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. NOTES: 1)Lack of registration in the CCR database will make a bidder ineligible for award. SEE CONTRACT CLAUSE 52.204-7, CENTRAL CONTRACTOR REGISTRATION. 2)Bidders shall furnish unit prices for all items listed on the schedule of bid items which require unit prices. If the bidder fails to insert a unit price in the appropriate blank for required items, but does furnish an extended total or an estimated amount for such items, the Government will deem his unit price to be the quotient obtained by dividing the extended estimated amount for the line item by the quantity. IF THE BIDDER OMITS BOTH THE UNIT PRICE AND THE EXTENDED ESTIMATED AMOUNT FOR ANY ITEM, THE BID WILL BE DECLARED NONRESPONSIVE. 3)Award will be made as a whole to the lowest responsive, responsible bidder as may be in the best interest of the Government. Special Notes to Bidders: 1.Invitation for Bid (IFB) No. W912EE-12-T-0016 For: Lease of Tender Boat with Operating Personnel to Support the Mat Sinking Unit To Open: 9 July 2012, 2:00 p.m. (CST) Place: Bid Opening Room, Vicksburg District, 4155 Clay Street, Vicksburg, MS 39183 2.Sealed Bids for the work described herein will be received until date and time of bid opening. 3.This is a Total Small Business Set-Aside procurement. 4.Technical issues will be managed via Projnet. 5.Mail bids to the Vicksburg District, Attn: Melinda Windham, 4155 Clay Street, Vicksburg, Mississippi 39183-3435. Bids sent by commercial carrier shall be clearly marked on the outer envelope as containing a "Sealed Bid". Bids must be received prior to the exact time set for the bid opening. 6.Hand carried bids must be delivered to the Vicksburg District, Attn: Melinda Windham, 4155 Clay Street, Vicksburg, Mississippi 39183-3435. All bids must be received prior to the exact time set for bid opening. NOTE: BIDS DELIVERED LATER THAN 15 MINUTES PRIOR TO THE TIME SET FOR THE BID OPENING SHALL BE DELIVERED DIRECTLY TO ROOM 103, BID OPENING ROOM. 7.Telegraphic bids will not be accepted. 8.Bidders are responsible for reading all information contained in this solicitation and all attachments posted with it. 9.Bidders should check the FedBizOpps website often for new solicitation and/or amendments to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-12-T-0016/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN02770494-W 20120610/120608235133-07218536c2467a8eeeea9e8bc76f5a90 (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.