Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 30, 2012 FBO #4024
SOLICITATION NOTICE

J -- Dry-Dock and Maintenance of the M/V Benyaurd - Package #1

Notice Date
11/28/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Vicksburg, Attn: CEMVK-CT, 4155 Clay Street, Vicksburg, Mississippi, 39183-3435, United States
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-13-T-0006
 
Archive Date
12/19/2012
 
Point of Contact
Leah B. Cobb, Phone: 6016317905
 
E-Mail Address
leah.b.cobb@usace.army.mil
(leah.b.cobb@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Specifications Dry-Dock M/V Benyaurd Solicitation Number W912EE-13-T-0006 is being issued as a Request for Quotation (RFQ) with the intent to award as a simplified acquisition. This solicitation replaces W912EE-13-T-00DD. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-61. The procurement is 100% set aside for Small Business. The North American Industry Classification System Code (NAICS) for this procurement is 336611 Ship Building and Repairing; with a size standard of 1,000 employees. Award will be made to the responsible offeror whose price is the lowest of all offers determined to be technically qualified of performing the required service in accordance with FAR Part 12 Acquisition of Commercial Items. It is the Governments intent to make award without discussions. The U. S. Army Corps of Engineers, Vicksburg Contracting Office has a requirement for dry-dock and maintenance of the M/V Benyaurd. The work to be done consists of furnishing all labor, materials, fittings, equipment, tools, power, supplies, etc., and executing the work called herein for dry-docking and maintenance of the M/V Benyaurd. The work is to be done in a maximum of (4) four days from the time the contractor takes possession of the M/V Benyaurd. A more detailed specification of work is available below under the Additional Info section. This procurement may be quoted as follows: Line Item 0001, M/V Benyaurd Dry-Docking and Maintenance; Quantity: 1; Unit: Lump Sum; Unit Price: tiny_mce_marker___________; Total Line Item Price: tiny_mce_marker_________. SPECIFICATIONS: Reference the Attachments posted with this solicitation under the "Additional Info" link toward the bottom of this announcement: EVALUATION OF OFFERS: All quotes submitted will be evaluated for technical qualifications, satisfactory past performance and price. Technical qualifications for this acquisition is defined as the documented ability to perform the required service or work of similar scope and complexity; of a satisfactory quality, and with timely delivery of services & equipment in accordance with the requirements of the specifications. The award will be made to the contractor whose price is the lowest of all offers determined to be technically qualified of performing the required service in accordance with FAR Part 12 Acquisition of Commercial Items. Technically qualified is defined as meeting the minimum requirements in Technical, Past Performance and Price as listed below. Pre-Award Submittals; The contractor shall submit information verifying their technical qualifications & satisfactory past performance. Failure to submit sufficient information for the government to determine technical acceptability may be cause for the rejection of the quote. A. Technical qualifications: Prior to award, the contractor shall provide sufficient documentation of their technical qualifications, such as experience of the company to perform the work. Documentation should provide adequate information to enable the Government to determine the company's experience on projects of similar type, size, scope and complexity. B. Satisfactory Past Performance: The contractor shall provide sufficient documentation of satisfactory past performance, on contracts of a similar type, size, scope and complexity as well as provide references, including names and contact information, who can verify such past performance. Past performance information of key personnel and crew may be provided if the company has limited or no past performance. ORCA: Before a complete evaluation of quotes can be made offerors must provided "Offeror Representations and Certifications" for their company. The preferred method for completing offeror representations and certifications is to register on the SAM web site at https://www.sam.gov/portal/public/SAM. Offerors not wishing to register online must print complete 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. Offers for less than the required scope of work will not be accepted. The Government intends to award without discussions (while reserving the right to hold discussions if determined advantageous to the Government), and offerors are encouraged to provide their best proposed pricing in their initial offer. Electronic Quotes by email are due on 4 December 2012, 1600 hrs CST at the USACE Vicksburg District, 4155 Clay Street, Vicksburg, MS 39183-3435, ATTN: Leah Cobb, CT-S. For information concerning this solicitation contact Leah Cobb at Leah.B.Cobb@usace.army.mil or (601)-631-7905. It is the offerors responsibility to monitor the FedBizOpps web page for the release of the Solicitation (and amendments, if any). Paper copies of the solicitation will not be available. Any communications must identify the solicitation number, W912EE-13-T-00DD, company name, address, phone number, including area code, and point of contact. No phone call request will be accepted. The following FAR Clauses apply to this acquisition: FAR 52.204-99 System for Award Management Registration (DEVIATION); FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - 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 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-7 Information Regarding Responsibility Matters; FAR 52.219-6 Notice of Total Small Business Set-Aside; 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 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41 Service Contract Act of 1965 (Nov 2007); FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 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 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7011, Alternative Line Item Structure; 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country; 252.212-7000, Offeror Representations and Certifications--Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items; 252.225-7000 Buy American Statute-Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7010 Levies on Contract Payments. The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. Special Notes to Offerors: You are responsible for reading all information contained in this solicitation and all attachments posted with it. Offerors should check the Fed Biz Opps Web Site often for new solicitation and/or modifications to this solicitation. Quotes are due 4 December 2012 by 4:00 p.m. at the District Headquarters Office located at 4155 Clay Street, Vicksburg, MS 39183-3435. Electronic Quotes are preferred. Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. Quotes must be clearly identified for Solicitation No W912EE-13-T-00DD to the Attn. of Leah Cobb, Vicksburg District Contracting Office, 4155 Clay Street, Vicksburg, MS 39183-3435.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-13-T-0006/listing.html)
 
Record
SN02938383-W 20121130/121128234343-e86efbac5b8daf9b9fbbde6965a94960 (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.