SOLICITATION NOTICE
20 -- Sheaves for the Dredge Wheeler
- Notice Date
- 2/26/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
- ZIP Code
- 70160-0267
- Solicitation Number
- W912P8-14-T-0028
- Response Due
- 3/18/2014
- Archive Date
- 4/27/2014
- Point of Contact
- Lauren Gandolfi, 504-862-2340
- E-Mail Address
-
USACE District, New Orleans
(lauren.a.gandolfi@usace.army.mil)
- Small Business Set-Aside
- N/A
- 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 No. W912P8-14-T-0028 is being issued as a Request for Quote (RFQ). This solicitation is UNRESTRICTED. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-72. The NAICS Code for this procurement is 333923 and the size standard is 500 employees. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13.5 - Simplified Acquisition Procedures. REQUIREMENT: The U.S. Army Corps of Engineers, has a requirement for wire sheaves for the Dredge Wheeler. The Contractor shall furnish all labor, materials, services, equipment, facilities, etc., to fabricate, assemble, machine, test, inspect, pack, mark, and deliver the items listed on the bid schedule in accordance with the attached specifications and drawings. Detailed specifications and delivery information is provided on the attachment posted with this solicitation under the Additional documentation link toward the bottom of this announcement. SEE ATTACHED BID SCHEDULE FOR DESCRIPTION AND QUANTITY. Quotes received will be evaluated based on FAR Clause 52.212-2 Evaluation--Commercial Items (Jan 1999). The clause will be incorporated into the solicitation and shall read as follows: (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 Acceptability is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the specifications, including evidence of the offeror's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule. To be determined Technically Acceptable offerors shall submit the following with their quote package: A brochure/description of the parts shall be supplied that provides enough information to determine whether or not the quoted parts meet the guidelines of the specifications and a statement that the contractor can meet or exceed delivery by the specified delivery date. 2. 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. 3. Price. 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 & demonstrates satisfactory past performance. It is incumbent upon the offeror to submit sufficient information for the Government to determine technical acceptability, 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. The following FAR Clauses apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - 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 - Alternate II and the following clauses cited within that clause: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28 Post Award Small Business Program Re-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 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.233- 3 Protest After Award; FAR 52.225-1 Buy American Act-Supplies; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7004 (Alt A.) System for Award Management; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.247-7023 Transportation of Supplies by Sea; 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 W912P8-14-T-0028 are to be submitted via email to lauren.a.gandolfi@usace.army.mil by 6 March 2014. QUOTATION DUE DATE: Written quotes must be received no later than 18 March 2014 at 12:00 pm EST. Quotes should be e-mailed to lauren.a.gandolfi@usace.army.mil. DELIVERY: FOB Destination. Within six (6) months after an award, the Contractor shall deliver the supplies to the Government Services Administration Warehouse located at 400 Edwards Ave., Bay B-1, Harahan, LA 70123. The Government will provide hoisting arrangement at the warehouse. The supplies shall be packed in protective crates with proper identification. Refer to the attached specifications for packaging details. NOTES: 1) Contractor must be registered in SAM to receive an award. Lack of registration in the SAM database will make an offeror ineligible for award. 2) Offerors must provide Representations and Certifications for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration, must print complete and include FAR Clause 52.212-3, Offeror Representations and Certifications - with their quote package.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-14-T-0028/listing.html)
- Place of Performance
- Address: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
- Zip Code: 70160-0267
- Zip Code: 70160-0267
- Record
- SN03297210-W 20140228/140226234431-153220a256a12a98afd6c922985bd581 (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 |