Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2014 FBO #4535
MODIFICATION

66 -- Provide Vibracore Supplies

Notice Date
4/23/2014
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM-14-T-0028
 
Response Due
5/8/2014
 
Archive Date
6/22/2014
 
Point of Contact
Howard Drexler, 910-251-4785
 
E-Mail Address
USACE District, Wilmington
(howard.g.drexler@army.usace.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is being posted as an avenue to provide Request for Quotes, W912PM-14-T-0028. In accordance with Federal Acquisition Regulation (FAR) 5.202 (a) (13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. 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 in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is reserved exclusively for small business concerns. The solicitation number is W912PM-14-T-0028, and the solicitation is issued as a Request for Quote (RFQ). The NAICS code is 334516 with a small business size standard of 500 employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-72, effective 30 Jan 2014. This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. Specifications for Vibracore Equipment 1. Description of Supplies/Services: The contractor shall provide all labor, equipment and materials to provide the vibracore supplies listed below. These supplies should be Alpine Ocean Seismic Survey, Inc parts or equal to the parts provided by Alpine Ocean Seismic Survey, Inc. as the listed supplies are to be used in conjunction with a hydraulic vibratory driver that USACE already owns. a. Liners/tubes 1) Quantity: 163 2) Description: 20 feet long clear Lexan or Lexan like material vibracore liners or tubes. The inside diameter of the tubes should be 3.625 inches and the outside diameter must be 3.875 inches. Each end of the liner/tube must be threaded with 8 threads per inch over a two inch long section at a thread depth of 1/16 inch and the threads need to be reverse or left handed. b. Core caps 1) Quantity: 66 2) Description: The core caps must have an inside diameter of 3.875 inches to fit over the liner/tube and be 2.5 inches in length. c. Retainers 1) Quantity: 56 2) Description: The retainers/core catchers must prevent sediment loss on retrieval and must fit in the liners, which will fit inside 3.5 inch diameter. The retainers must be Alpine Ocean Seismic Survey, Inc. or equivalent to work with our current vibracoring equipment. d. Shipping All shipping costs shall be included in the bid. Partial shipments are acceptable. The supplies shall be delivered to the address below. The POC for the Yard is Ken Bailey (910-617-0930) who is to be notified 3 days before the supplies are delivered. Engineer Repair Yard 232 Battleship Road Wilmington, NC, 28401 e. Schedule All supplies shall be delivered within 6 weeks of contract award. Partial shipments are acceptable. e. Invoicing The Contractor shall send a copy of the invoice to the following address: US Army Corps of Engineers Wilmington District OP-NM, Attn: Rick Paarfus 69 Darlington Ave Wilmington, NC 28403 The contractor shall ensure that the contract number is included on the invoice, that there is an invoice number, and that the company name and invoiced line item(s) match those in the contracts. If the contractor is small business, veteran owned, or 8A, indicate as such on the invoice. 52.203-3, Gratuities 52.203-7, Anti-Kickback Procedures. 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors--Commercial Items 52.212-3, Offeror Representations and Certifications--Commercial Items (complete and return with quote) 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 52.219-1, Small Business Program Representations 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitations on Subcontracting 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity. 52.222-35, Equal Opportunity for Veterans. 52.222-36, Affirmative Action for Workers With Disabilities. 52.222-37, Employment Reports on Veterans. 52.222-40, Notification of Employee Rights Under the National Labor Relations Act. 52.223-15, Energy Efficiency in Energy-Consuming Products. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving.52.225-1, 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. 52.232-39, Unenforceability of Unauthorized Obligations. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes -- Fixed-Price 52.247-34, F.O.B. Destination 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations In Clauses 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management, Alternate A 252.204-7006, Billing Instructions 252.204-7008, Export-Controlled Items 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American And Balance of Payments Program 252.225-7002, Qualifying Country Sources As Subcontractors 252.225-7012, Preference for Certain Domestic Commodities. 252.225-7021, Trade Agreements. 252.225-7036, Buy American-Free Trade Agreements - Balance of Payments 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001, Pricing of Contract Modifications 252.247-7023 Alt III, Transportation of Supplies by Sea, Alt III All submittals for equivalent products will be evaluated per FAR 52.211-6. Evaluation Factors: Award will be made to the lowest priced, technically acceptable quote that meets the specifications. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their Quote in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror's complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted in writing (email) to the point of contact below. Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. QUOTES ARE DUE NOT LATER THAN 10:00 AM, EASTERN DAYLIGHT TIME, 8 May 2014. ANY QUESTIONS OR REQUESTS FOR INFORMATION REGARDING THIS SOLICITATION MUST BE SUBMITTED VIA EMAIL BY 10:00AM EDT, 1 May 2014. Requests received after this date/time will not be addressed. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote. The government reserves the right to cancel this solicitation. This announcement and written request for quote constitutes the only Request for Quote that will be made for this requirement. SUBMIT QUOTES ELECTRONICALLY to the Contract Specialist, Howard Drexler at howard.g.drexler@usace.army.mil for questions he may be reached at 910-251-4785 if not available please contact Mr. Bruce Helms at bruce.a.helms@usace.army.mil or 910-251-4580. Quotes may also be submitted through the US Mail, courier service, or hand-delivered to the attention of: ATTN: Mr. Howard Drexler, USACE 69 Darlington Ave Wilmington NC. 28403
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2b62aaa975b85f1defbbdc5b07e48f22)
 
Place of Performance
Address: Engineer Repair Yard 232 Battleship Road Wilmington NC
Zip Code: 28401
 
Record
SN03347143-W 20140425/140423235709-2b62aaa975b85f1defbbdc5b07e48f22 (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.