Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2014 FBO #4646
MODIFICATION

99 -- Purchase of 4 new Gate Valve Actuators for Woodcock Creek Lake

Notice Date
8/12/2014
 
Notice Type
Modification/Amendment
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Pittsburgh, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor, Pittsburgh, Pennsylvania, 15222-4186, United States
 
ZIP Code
15222-4186
 
Solicitation Number
W911WN-14-T-0025
 
Archive Date
9/2/2014
 
Point of Contact
Greg Sies, Phone: 412-395-7278
 
E-Mail Address
gregory.m.sies@usace.army.mil
(gregory.m.sies@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 set forth in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation issued as a request for quote RFQ number W911WN-14-T-0025. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The NAICS Code for this acquisition is 332312 -- Fabricated Structural Metal Manufacturing. The Small Business Size Standard for this NAICS Code is 500 employees. In accordance with FAR 52.219-6, this requirement is 100% Set-Aside for Small Business concerns. Any resultant contract shall be Firm-Fixed Price, and one award is anticipated. Line Item Description Quantity Unit of Measure 0001 Actuator for 48" x 96" Sluice Gate Valve 1 EA 0002 Actuator for 18" x 42" Service Sluice Gate Valve 3 EA Description of requirements for the items listed above are located in the attachments section of this combined synopsis/solicitation. In accordance with FAR 52.247-34, shipping is FOB Destination; Inspection and Acceptance is at Destination: Pittsburgh Engineer Warehouse and Repair Shops 3500 Grand Avenue, Neville Island Pittsburgh, Pennsylvania 15225 Required Delivery Date is within 150 calendar days after notice of award. If you cannot meet this date, provide your proposed estimated delivery _______________. The provisions and clauses incorporated herein may be accessed at the following link: http://farsite.hill.af.mil The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors--Commercial Items. 252.203-7005, Representation Relating to Compensation of Former DoD Officials. 252.204-7004 Alt A, System for Award Management Alternate A. 52.204-7, System for Award Management. 252.209-7002, Disclosure Of Ownership Or Control By A Foreign Government. 52.222-22, Previous Contracts And Compliance Reports. 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. 252.209-7993, Representation by Corporations regarding an unpaid delinquent tax liability or felony conviction under any Federal Law-Fiscal Year 2014 Appropriations (Deviation 2014-OO009). 52.219-1, Small Business Program Representations. The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition, and subparagraph (a) of the provision is edited as follows: The following factors shall be used to evaluate offers for award: (1) Technical capability of the item offered to meet the Government requirement (2) Price Of those offerors whom are determined technically acceptable and whom represents the overall lowest price will be the offeror eligible for the resultant award. Failure to meet one or more of the aforementioned criteria will render an offeror Unacceptable. Offerors are expected to complete provision 52.212-3, Offeror Representations and Certifications-Commercial Items Alternate I as part of the SAM registration process. If you have completed your annual representations and certifications electronically, but need to amend or update any of them for this acquisition; you must print provision, complete it manually, and submit with your offer. The following clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.203-7002, Requirements to Inform Employees of Whistleblower Rights 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-13, System for Award Management Maintenance 252.204-7012, Safeguarding of unclassified controlled technical information 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.223-7006, Prohibition on Storage And Disposal Of Toxic And Hazardous Materials 252.225-7048, Export-Controlled Items 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000, Subcontracts for Commercial Items 252.246-7003, Notification of Potential Safety Issues 252.247-7023, Transportation of Supplies by Sea 252.204-7006, Billing Instructions 252.225-7036, Buy American - Free Trade Agreements-Balance of Payments Program The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable as follows: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice Of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-21 52.222-26 52.222-36 52.222-50 Prohibition Of Segregated Facilities Equal Opportunity Affirmative Action For Workers With Disabilities Combatting Trafficking In Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management The Defense Priorities and Allocation System (DPAS) rating is N/A. Offerors must be registered in the System for Award Management (SAM) in order to be awarded a contract. The SAM registration process may be accessed at the following link: https://www.sam.gov Offerors are expected to complete the Offeror Representations and Certifications - Commercial Items as part of the SAM registration process. If you have completed your annual representations and certifications electronically, but need to amend or update any of them for this acquisition; you must print provision 52.212-3, complete it manually, and submit with your offer. Offers are due by 18 August 2014, 11:00 AM EST. Offers will be accepted via email to Gregory.M.Sies@usace.army.mil; or via parcel delivery at: U.S. Army Corps of Engineers, Pittsburgh District, Attn: Greg Sies, W.S. Moorhead Federal Building, 1000 Liberty Avenue, Room 2203, Pittsburgh, PA 15222-4186; or via fax 412-395-7110. Offerors must reference this solicitation number in the subject line of the email or the return address of the parcel or the cover sheet of the fax.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/W911WN-14-T-0025/listing.html)
 
Place of Performance
Address: Pittsburgh Engineer Warehouse and Repair Shops, 3500 Grand Avenue, Neville Island, Pittsburgh, Pennsylvania, 15225, United States
Zip Code: 15225
 
Record
SN03462476-W 20140814/140813022845-8048c25295592ebdcb21d8be3a8995f8 (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.