Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2013 FBO #4299
SOLICITATION NOTICE

56 -- FENCE ENID LAKE

Notice Date
8/30/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332618 — Other Fabricated Wire Product Manufacturing
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-13-T-0050
 
Response Due
9/6/2013
 
Archive Date
10/29/2013
 
Point of Contact
Leah B. Cobb, 6016317905
 
E-Mail Address
USACE District, Vicksburg
(leah.b.cobb@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. Solicitation Number W912EE-13-T-0050 is being issued as a Request for Quotation (RFQ) with the intent to award using simplified acquisition procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. NAICS Code 332618 with a size standard of 500 Employees. Specifications: The USACE, Vicksburg District, has a requirement to furnishing all labor, equipment, materials, and supplies for pipe fence in accordance with the attached specifications. This procurement may be quoted as follows: Reference the Attachments posted with this solicitation under the quote mark Additional documentation quote mark link toward the bottom of this announcement: SPECIFICATIONS BID SCHEDULE SAM Registration: All offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Note to offerors, The Central Contractor Registration (CCR) has been retired and replaced with SAM. In all instances where CCR is referenced you must refer to SAM. EVALUATION OF OFFERS: FAR Clause 52.212-2 EVALUATION-COMMERCIAL ITEMS (JANUARY 1999) (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: (1) Technical Capability (2) Satisfactory Past Performance (3)Price All Factors are of equal importance. All quotes submitted will be evaluated for Technical Acceptability, Satisfactory Past Performance & Price. The government will issue award to the offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined technically acceptable & demonstrate satisfactory past performance. (1) Technical Capability - Is defined as the ability to meet the minimum requirements as specified in this solicitation and the attached specification document (See Attachments). The contractor shall provide sufficient documentation of their technical capability, such as experience of the company or other information to enable the Government to determine the company's capability on projects of similar type, size, scope and complexity. (2) Satisfactory Past Performance- to demonstrate satisfactory past performance the offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope and complexity, performed within the last three (3) years including references, with names and contact information of the references who can verify such past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated as neutral on Past Performance, providing the offeror supplies a certified statement with their offer that no past performance information is available. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the offeror. (3) Price - It is incumbent upon the offeror to submit sufficient information for the Government to determine technical acceptability, successful and satisfactory past performance and price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. Quotes are due 6 September 2013 not later than 2:00 p.m. to U.S. Army Corps of Engineers, ATTN: Leah Cobb. Quotes/offers shall be submitted electronically via email to: Leah.B.Cobb@usace.army.mil. For information concerning this solicitation, contact Leah Cobb at (601) 631-7905; The following FAR Clauses apply to this acquisition: The following FAR Clauses apply to this acquisition: FAR 52.204-99 System for Award Management; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - and the following clauses cited within that clause: FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; 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 52.223-18 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; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; 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 252.204-7011 Alternative Line Item Structure; DFARS 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country; 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; 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-13-T-0036 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 be a current registered user or self-register into the 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 next screen is correct and click continue. From this page you may view all bidder inquiries or add inquiry. 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-13-T-0050 The Bidder/Offeror Inquiry Key is: 529QS8-NT7MN3 Bidders are encouraged to submit questions at least three 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. For Help with the ProjNet System; 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 Special Notes to Offerors: 1) Lack of registration in the SAM database will make a bidder ineligible for award. 2) Quotes are due 6 September 2013 by 2:00 PM Attn: Leah Cobb, Leah.B.Cobb@usace.army.mil Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-13-T-0050/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN03169821-W 20130901/130830234940-4ce481a67db6fa0eb3d84b61da438a0d (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.