Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2017 FBO #5626
SOLICITATION NOTICE

Z -- Asphalt sealing Serivces at J. Edward Roush, Salamonie and Mississinew a Lakes, Upper Wabash area, Indiana

Notice Date
4/17/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-17-T-0040
 
Archive Date
5/27/2017
 
Point of Contact
Chase T. Willson, Phone: 5023153819
 
E-Mail Address
Chase.T.Willson@usace.army.mil
(Chase.T.Willson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This Request for Quote (RFQ) is for an Indefinite Delivery/Indefinite Quantity Contract to furnish all labor, materials, supplies, tools and equipment necessary to perform Asphalt Sealing for the Upper Wabash Area, specifically Salamonie Lake, Mississinewa Lake and J.E. Roush Lake, in accordance with the Scope of Work and Maps. The Base Year will be Date of Award through 31 December 2017. The Contractor's work and responsibility shall include all planning, programming, administration, management, supervision, communications, and inspection necessary to assure that all services are conducted in accordance with the contract requirements and all applicable Federal, state and local laws and regulations. Note: This solicitation contains an option clause to extend the awarded contract for up to four (4) additional one-year periods. The one-year option periods are as follows: Option Year 1: 01 January 2018 through 31 December 2018 Option Year 2: 01 January 2019 through 31 December 2019 Option Year 3: 01 January 2020 through 31 December 2020 Option Year 4: 01 January 2021 through 31 December 2021 The Government guarantees to obtain no less than $5,000.00 for services for the base period only. There is no guaranteed minimum for the option years, if exercised. One award will be made from this RFQ. The contract type is a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ). All contractors must be registered in the System for Award Management (SAM) Database prior to award of the contract. Those not currently registered can obtain registration by going to the website http://www.sam.gov. Contractors will need to obtain a DUNS number for processing their registration. If you do not already have a DUNS number, one can be obtained from DUN and Bradstreet by calling 1-800-333-0505. Please begin the registration process immediately to avoid delay of the contract award should your firm be selected. This procurement is 100% set-aside for Small Business, NAICS 238990 ($15.0M). Method of Payment under this contract will be Electronic Funds Transfer (EFT) to a commercial bank account specified by the Contractor. Quotes will not be accepted for quantities less than the quantities specified in the price breakout schedule. Failure to submit a unit price for all items listed (base year and option years) will be considered as a material deviation from the requirements of the RFQ and the quote will be rejected. The Capacity for this contract is $500,000.00, base and all option years. Note: The contract award will be based on Best Value to the Government. Factors to be considered are Price, Applicable Work Experience and Past Performance. Applicable Work Experience and Past Performance, when combined, are rated greater than Price. In addition to the completed price breakout schedule, the Offeror must complete and submit the forms located in Exhibit C of this solicitation. Submit Quotes to: U.S. Army Corps of Engineers Room 821, ATTN: Chase Willson 600 Dr. Martin Luther King, Jr. Place Louisville, KY 40202 Quotes are due on 12 May 2017 at 10:00 am Eastern Time. Fax submittals will not be accepted. For contractual/technical questions, please contact Chase Willson at (502) 315-3819 or by e-mail at chase.t.willson@usace.army.mil. Central Contractor Registration, EPLS, ORCA, and FedReg are now available through the System for Award Management (SAM), available at www.sam.gov. Offerors must comply with the requirements of 52.204-7, 52.232-33, 252.204-7004 Alt A, and any other CCR/ORCA requirements in this solicitation through SAM. Training tools are available on the SAM website to help you get familiar with SAM. Start by going to www.sam.gov, and then click on the SAM HELP tab. Under User Help you will find the full User Guide as well as Quick Start Guides and Helpful Hints that will help you create an account, migrate your roles, perform updates, and search for the information you need. These guides can also be viewed at http://www.acquisition.gov. PLEASE NOTE: SAM is completely free of charge for both registrants and users. NOTE: Clause 52.223-2 "Affirmative Procurement of Biobased Products Under Service and Construction Contracts" is incorporated in this solicitation. Reporting by the contractor is required no later than October 31 of each year during contract performance and at the end of contract performance. In addition to complying with the requirements outlined in FAR Part 22.13, FAR Provision 52.222-38, FAR Clause 52.222-35, FAR Clause 52.222-37, DFARS 222.13 and Department of Labor regulations, U.S. Army Corps of Engineers (USACE) contractors and subcontractors at all tiers are encouraged to promote the training and employment of U.S. veterans while performing under a USACE contract. While no set-aside, evaluation preference, or incentive applies to the solicitation or performance under the resultant contract, USACE contractors are encouraged to seek out highly qualified veterans to perform services under this contract. The following resources are available to assist USACE contractors in their outreach efforts: U.S. Department of Labor Veterans employment: www.vets.gov/ Federal veteran employment information: www.fedshirevets.gov/index.aspx Veterans' Employment and Training Service (VETS): http://www.dol.gov/vets/ Veterans Opportunity to Work (VOW) Program: http://benefits.va.gov/vow/ U.S. Army Warrior Transition Command Employment Index: wtc.army.mil/modules/employers/index.html Hiring Our Heroes initiative: www.uschamberfoundation.org/hiring-our-heroes Guide to Hiring Veterans: www.whitehouse.gov/sites/default/files/docs/white_house_business_counc il_-_guide_to_hiring_veterans_0.pdf
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-17-T-0040/listing.html)
 
Record
SN04474920-W 20170419/170417234908-4e51e9baae63d3c9c0cd32c86c53ce48 (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.