Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2017 FBO #5587
SOLICITATION NOTICE

17 -- Tri-Talon Asphalt Anchors and Tri-Talon Set Tools - ATTACHMENT01

Notice Date
3/9/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332710 — Machine Shops
 
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-17-R-8708
 
Archive Date
4/7/2017
 
Point of Contact
Leah Cobb, Phone: 6016346694
 
E-Mail Address
leah.b.cobb@usace.army.mil
(leah.b.cobb@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 02 - Bid Submission Form Attachment 01 - Description of Requirement 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. W912HZ-17-R-8708 is being issued as a Request for Quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation will be competed as a 100% Small Business Set-Aside. The North American Industry Classification System Code for this procurement is 332710 -Machine Shops, with a size standard of 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. 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: Tri-Talon Asphalt Anchors: Seven hundred fifty (750) Tri-Talon Asphalt Anchor units are required. The specifications for the anchors are shown in the drawings included in Attachment 01. Tri-Talon Set Tools: Eight (8) Tri-Talon Set Tools are required. The specifications for the Set Tools are shown in Attachment 01 Delivery will be FOB Destination to the following location IAW the specifications CEERD-GMA Hangar 2 of the Waterways Experiment Station 3909 Halls Ferry Road Vicksburg, MS 39180 There is a link titled Additional Documentation near the bottom of this posting by which potential vendors may access the following attachments: Attachment 01 (Description of Requirements) Attachment 02 (Bid Submission Form) In accordance with the attached Description of Requirement (Attachment 01), an award for this acquisition will be provided to the vendor whose quote is the Lowest Priced of those determined to be Technically Qualified. FAR 52.212-2 - Evaluation -- Commercial Items (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 - Providing items that at least meet the minimum 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 that the quality of the items is in accordance with the Description of Requirement as defined in (Attachment 01) 2) Must include a completed Bid Submission Form (Attachment 02) and include specifications of quoted equipment. It is incumbent upon the quoter to submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the government to determine technical capability and quoted price may be cause for rejection of your quote. SAM Registration: Pursuant to FAR Provision 52.204-7, prior to award quoters shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Before a complete evaluation of your quote can be made quoters must provided "Offeror Representations and Certifications" for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Quoters who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3 Alt I, Offeror Representations and Certifications - with their quote package. 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: 52.204-7 System for Award Management 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: 52.204-13 System for Award Management Maintenance 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 The following clauses cited within FAR Clause 52.212-5 are applicable: FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Set-Aside; 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 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm The following DFARS Clauses and Provisions are applicable to this acquisition: DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD officials; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD officials; DFARS 252.204-7011 Alternative Line Item Structure; 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 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. Technical Inquiries and Questions All technical inquiries and questions relating to W912HZ-17-R-8708 are to be submitted to Leah Cobb via e-mail at Leah.B.Cobb@usace.army.mil. Quoters are encouraged to submit questions at least 3 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Quoters are requested to review the specifications in their entirety and review the FedBizOps website for answers to questions prior to submission of a new inquiry. Notes to Quoters: Quotes are due Thursday, 23 March 2017 not later than 2:00 p.m. CST, to U.S. Army Corps of Engineers, ERDC Contracting Office, Building 1003, ATTN: Leah Cobb, 3909 Halls Ferry Road, Vicksburg, MS 39180. Quotes may be submitted electronically via e-mail, providing that they are complete and include all required information, to: Leah.B.Cobb@usace.army.mil. For information concerning this solicitation, contact Leah Cobb via e-mail at Leah.B.Cobb@usace.army.mil. •You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. •Quoters should check the FedBizOpps web site often for a new solicitation and/or amendments to this solicitation. •Quotes are due Thursday, 23 March 2017, not later than 2:00 p.m. CST at the ERDC Contracting Office, Building 1003 located at 3909 Halls Ferry Road, Vicksburg, MS 39180. •Quoters are responsible for ensuring that their quotes arrive prior to the scheduled closing date and time. •Quotes must be clearly identified as being submitted for Solicitation Number W912HZ-17-R-8708 to the ERDC Contracting Office, Attn. Leah Cobb, CEERD-CTV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ-17-R-8708/listing.html)
 
Place of Performance
Address: VICKSBURG, Mississippi, 39180, United States
Zip Code: 39180
 
Record
SN04429726-W 20170311/170309234632-c17c136ce9ffafda9131672325979298 (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.