SOLICITATION NOTICE
J -- Provide and Replace Hydraulic Pump on Linkbelt Crane
- Notice Date
- 11/20/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-14-Q-0007
- Response Due
- 12/12/2013
- Archive Date
- 1/19/2014
- Point of Contact
- Jackie Primer, 1-901-544-3340
- E-Mail Address
-
USACE District, Memphis
(jackie.primer@mvm02.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. A written solicitation will not be issued. The U.S. Army Corps of Engineers, Memphis District anticipates awarding a FFP contract for a contractor to perform the below requirement to supply all labor, material, equipment, supplies, fees, transportation and supervision to replace two hydraulic pumps necessary to repair the hydraulic system of a Linkbelt Crane, serial number LBCE#J2J3-6066, Make LS, Model 218h11 and return the crane to full mission capability. The crane will be located at St Francisville, LA (35 miles North of Baton Rouge, LA) for the repairs. Quick turnaround is necessary in order to meet mission requirements. Requirements DescriptionQuantityUnitUnit CostTotal Cost Hydraulic Pumps, CEH04262EACH$$ Freight 1Lump Sum$$ Environmental & Misc Supplies, Fees1Lump Sum$$ Labor: Install Hydraulic Pumps1Lump Sum$ Total$$ A normal business day at the work site is 0700-1700 hours Monday through Friday. Contractor hours may be adjusted by coordinating with government personnel (TBD). Contractors shall submit proposals which include a detailed description of work to be performed, an itemized list of required parts & labor, and any other costs associated with completing repair of the crane. The Government will review past performance data utilizing Government databases to the maximum extent practicable. Contractors may be asked to submit additional past performance data. An organized Site visit will not be held for this requirement. However, interested vendors wanting a site visit may contact the Government Point of Contact, Matt Young at 901-481-4470, to arrange a site visit. Specific information will be provided on the time and location for the visit by the Government point of contact. This acquisition is 100 percent small business set-aside. The associated NAICS code is 811310 with a size of 7 million dollars. All responsible sources may submit at quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractor shall submit a price to include all charges on a company letterhead to the contracting office. Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1 - Instructions to Offerors-Commercial Items. FAR 52.212-2, Evaluation - Commercial Items, Blank space shall read: 1. Price, Basis of Award - The Government will award a contract, from this solicitation to the responsible Offerors whose offer conforming to the solicitation will be most advantageous to the Government based on price. Offerors' price quote will be evaluated to determine price reasonableness. Prices which are excessively high or low may be considered unrealistic and unreasonable may receive no further consideration. (Paragraph 2)A formal review of past performance will not be conducted on this requirement. However, this order will be evaluated to assure that orders are not provided to debarred contractors. In addition, contractors with known performance issues identified in determining the contractor's responsibility per FAR Part 9 will be brought to the attention of the Contracting Officer and may be considered in making the awards. FAR Part 9, Contractor Qualification, requires that purchases shall be made from, and contracts shall be awarded to, responsible prospective contractors only. FAR 52.212-3 - Offeror Representation and Certifications-Commercial Items. FAR 52.212-4 - Contract Terms and Conditions-Commercial Items. FAR 52.204-7, Systems of Awards Management; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Dev); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Representation; 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 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.228-5, Insurance- Work on a Government Installation; FAR 52.232-33, Payment by Electronic Funds Transfer - System of Awards Management (SAM); DFAR 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; FAR 52.252-2 Clauses to Incorporate by Reference; FAR 252.225-7002 Qualifying Country Sources of Subcontracting; FAR 252.225-7001, Buy American Act and Balance of Payments Program; FAR 252.232-7003, Electronic Submission of Payment Requests; DFAR 252-237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFAR 252.244-7000, Subcontracts for Commercial Items; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR ; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFAR 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.244-7000, Subcontracts for Commercial Items DFAR 252-204-7004, Alternate A, Systems of Award Management, Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by December 12, 2013 no later than 1:00 PM local time at 167 N. Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-14-Q-0007 addressed to Jackie Primer, Contract Specialist, Phone (901) 544-3340, Fax (901) 544-3710, email address jackie.primer@usace.army.mil. Vendors not registered in Systems for Awards Management (SAM) prior to award will not be eligible for award. Vendors may register for SAM by calling 1-888-227-2423or register online at http://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-14-Q-0007/listing.html)
- Place of Performance
- Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
- Zip Code: 38103-1894
- Zip Code: 38103-1894
- Record
- SN03237530-W 20131122/131120234125-55b6750d2e6d36592ef62f48a8f0a3fc (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 |