Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2016 FBO #5264
SOLICITATION NOTICE

A -- Modifications to Active Seismic Imaging (ASI) System - Attachment 01 (Performance Work Statement - Attachment 02 (Quote Submission Form)

Notice Date
4/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ-16-Q-8011
 
Archive Date
5/9/2016
 
Point of Contact
Jody R. Criss, Phone: 6016345248
 
E-Mail Address
Jody.Criss@usace.army.mil
(Jody.Criss@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 02 (Quote Submission Form) Attachment 01 (Performance Work Statement) 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; quotes are being requested, and a written solicitation will not be issued. Requisition Number W81EWF51888011 is being issued as a Request for Quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Geotechnical & Structures Laboratory at Vicksburg, MS has a requirement for the following: Modifications to Active Seismic Imaging (ASI) System Potential vendors may access the following attachments below: Attachment 01 (Description of Requirements) Attachment 02 (Bid Submission Form) The North American Industry Classification System Code for this procurement is 541712 (Research and Development in the Physical, Engineering, and Life Sciences except Biotechnology) with a small business size standard of 500 employees. FAR 52.212-2 - Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be the most advantageous and the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical - Providing services that best meet the needs of the government according to performance of the specifications as defined in Attachment 01 2) Price The vendor must submit the following so the Government can evaluate the Offeror's technical acceptability: 1) Sufficient information to determine how the Offeror intends to perform the specifications in accordance with the Performance Work Statement (Attachment 01). 2) Must include a completed Bid Submission Form (Attachment 02). The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.204-99 System for Award Management Registration (DEVIATION) 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 Offerors Representations and Certifications- Commercial Items The following clauses apply to this acquisition: 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.211-5 Material Requirements 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 52.223-1 Biobased Product Certification 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts 52.223-3 Hazardous Material Identification and Material Safety Data 52.223-4 Recovered Material Certification 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-7 Notice of Radioactive Materials 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items 52.223-10 Waste Reduction Program 52.223-11 Ozone-Depleting Substances 52.223-12 Refrigeration Equipment and Air Conditioners 52.223-13 Acquisition of EPEAT-Registered Imaging Equipment 52.223-14 Acquisition of EPEAT-Registered Televisions 52.223-15 Energy Efficiency in Energy Consuming Products 52.223-16 Acquisition of EPEAT-Registered Personal Computer Products 52.223-17 Affirmative Procurement of EPA-Designated Items in Services and Construction Contracts 52.223-19 Compliance with Environmental Management Systems 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items 252.225-7000 Buy American Statute-Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7010 Levies on Contract Payments Additionally, the following clauses/provisions located within FAR 52.212- 5 apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interests 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 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 52.222-36 Equal Opportunity Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Quotes are due 24 April 2016 not later than 5:00 p.m. Central Time by email to Jody.Criss@usace.army.mil. For all technical inquiries and questions relating to this solicitation, contact Jody R. Criss at 601-634-5248 or email at Jody.Criss@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ-16-Q-8011/listing.html)
 
Record
SN04089723-W 20160422/160420234306-0467d47a0662e11e971842ae857956b0 (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.