Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2017 FBO #5728
SOLICITATION NOTICE

Z -- GOSHEN DAM-LAKE MERRIWEATHER ELECTRICAL REPAIRS - Documents

Notice Date
7/28/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-17--Q-0016
 
Archive Date
8/26/2017
 
Point of Contact
Courtney B. Williams, Phone: 7572017000
 
E-Mail Address
courtney.baker-williams@usace.army.mil
(courtney.baker-williams@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule PWS THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS WITH A SMALL BUSINESS (SB) STATUS. * This opportunity is a 100% Small Business set-aside. * This announcement constitutes a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. Solicitation number W91236-17-Q-0016 is issued as a Request for Quote (RFQ). Quotes are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69 and DFARS Change Notice 20130909. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at: http://farsite.hill.af.mil/. The North American Industry Classification System (NAICS) code is 238210, and the Small Business Size Standard is $15 Million. This solicitation is 100% Set-Aside for Small Businesses. The U.S. Army Corps of Engineers has a requirement to perform several electrical equipment repairs to the Control Building and Dam Structure as described in the Project Work Statement. The repairs include: replace exhaust fan, replace lighting fixtures, replace conduit, replace enclosure seals and paint electrical enclosures. The period of performance to complete all services in accordance with the Performance Work Statement (PWS) and the conditions of the contract is 60 days after receipt of award. QUOTE SUBMISSION REQUIREMENTS When submitting your quote, please provide a unit price and extended total on the Bid Schedule provided for all bid items, and provide total of all bid items. Failure to address this area of the RFQ may result in your quote not being considered for award. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation requirements and offers the lowest price. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforms to the solicitation requirements and offers the lowest price. Offerors shall provide the following company information: Company Name Address City State CAGE Code DUNS TIN Website Point of Contact Name Phone Email QUOTE PREPARATION INSTRUCTIONS: Contractors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements in addition to the aforementioned information requested to evaluate the quote. Failure to meet a requirement may result in an offer being ineligible for award. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; Offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness. EVALUATION OF THE QUOTES: A) Award shall be made to the contractor with the quote offering the lowest price, meets all the requirements of the PWS, and demonstrates the ability to perform all of the work B) In order to be eligible for award, the contractor must be registered in the System for Award Management (SAM) database found at https://www.sam.gov/portal/public/SAM/ and be verified by the VA as with a SB status. The following FAR provisions and clauses are applicable to this procurement: 52.202-1 Definitions 52.203-6, ALT I Restrictions on Subcontractor Sales to the Government 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. 52.204-3 Taxpayer Identification 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-1 Instructions to Offerors - Commercial Items 52.212-3, ALT I Offeror Representations and Certifications - Commercial Items 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, ALT I Small Business Program Representations 52.219-6 Notice of Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program 52.222-3 Convict Labor 52.222-17 Non-displacement of Qualified Workers 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 52.222-41 Service Contract Act Of 1965 52.222-42 Statement of Equivalent Rates For Federal Hires 52.222-50 Combating Trafficking in Persons 52.223-3 Hazardous Material Identification and Material 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan--Certification 52.232-18 Availability of Funds 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1, ALT I Changes-Fixed Price 52.244-6 Subcontracts for Commercial Items 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) 52.252-1 Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/ 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions Federal Acquisition Regulation (48 CFR Chapter 2) 52.252-6 Authorized Deviations in Clauses 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004, ALT A System for Award Management 252.212-7000 Offeror Representations and Certifications - Commercial Items 252.212-7001 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders 252.225-7031 Secondary Arab Boycott of Israel 252.225-7002 Qualifying Country Sources As Subcontractors 252.232-7010 Levies on Contract Payments The above provisions and clauses can be found at http://farsite.hill.af.mil. Invoices Instructions: Invoices shall be submitted and billing inquiries shall be directed to: U.S. Army Engineer District, Norfolk ATTN: CENAO-WR-ON-S (Herman Wine) 803 Front Street Norfolk, VA 23510-1096 Payment will be made by: U.S. Army Corps of Engineers Finance Center (ATTN: Accounts Payable) 5720 Integrity Drive Millington, TN 38054-5005 CONTRACTING POINT OF CONTACT INFORMATION: All correspondence should reference RFQ Number W91236-17-Q-0016 in the Subject Line of the Email. Any questions should be submitted via email to Mrs. Courtney Baker-Williams Courtney.Baker-Williams@usace.army.mil cc'd Eartha.Garrett@usace.army.mil Quotes are due by 5:00 PM EST on 11 August 2017. Quotes shall be submitted electronically to: Courtney Baker-Williams at Courtney.Baker-Williams@usace.army.mil Cc'd Eartha.Garrett@usace.army.mil It is the Offeror's responsibility to refer to any Industry Guidance or Regulation manuals referenced.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-17--Q-0016/listing.html)
 
Place of Performance
Address: WALKERS CREEK, Virginia, United States
 
Record
SN04603219-W 20170730/170728232309-40c66713fd68ec8b03e83cb083347d79 (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.