SOLICITATION NOTICE
68 -- BPA _ CYLINDER RENTALS, GAS REFILLS, AND MISCELLANEOUS WELDING SUPPLIES
- Notice Date
- 2/9/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Memphis, Attn: CEMVM-CT, 167 North Main Street, Room B-202, Memphis, Tennessee, 38103-1894, United States
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-18-Q-0005
- Archive Date
- 3/3/2018
- Point of Contact
- Valerie Marshall, Phone: 9015443619
- E-Mail Address
-
valerie.marshall@usace.army.mil
(valerie.marshall@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial supplies 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; proposals are being requested and a written solicitation will not be issued. The U.S. Army Corps of Engineers, Memphis District intends to award a minimum of two (2) Blanket Purchase Agreements (BPA) from this solicitation. The BPA's will cover supplies and delivery for Cylinder Rentals, Gas Refills, and Miscellaneous Welding Supplies for use at the Memphis District Ensley Engineer Yard. A more definitive description of items required will be provided in each BPA Call. Establishment of the BPA's will be produced from this solicitation. The solicitation number is W912EQ-18-Q-0005 and is being issued as a Request for Quote (RFQ). This procurement is Unrestricted. The associated NAICS code is 325120 with a size standard of 1,000 employees. All responsible sources may submit a quote, which shall be considered by the agency. Response to this combined synopsis/solicitation must be received via email, mail, or delivery by February 16, 2018, no later than 10:00 A.M., Central Standard Time at 167 North Main Street B202, Memphis, TN 38103. Proposal should be marked with solicitation number W912EQ-18-Q-0005 addressed to Valerie Marshall, Phone (901) 544-3619, Fax (901) 544-3710, email: Valerie.Marshall@usace.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors may register for SAM by registering online at www.sam.gov or by calling 1-866-606-8220. Regardless of method of delivery, it is the offeror's responsibility to ensure receipt of quote by the time and date stated herein. Contractor shall submit all documents required to be considered for this opportunity. See Section entitled Notice to Offeror. This solicitation is for supplies and is not for a total priced quote. However, unit price for each line item listed in Performance Specifications are required. This solicitation will be used to gather the company's ability to demonstrate expertise and experience in relation to the Performance Specifications. Please indicate your ability by responding to the Evaluation Criteria in Section FAR 52.212-2, and submitting all required information and documentation. Description of BPA. A BPA is "a simplified method of filling anticipated repetitive needs for supplies or services by establishing ‘charge accounts' with qualified sources for services and/or supplies. " FAR 13.303 (a). Description of Agreement. Supplier shall furnish supplies/services, described in general terms, if and when requested by the Contracting Officer (or the authorized representative of the contracting officer) during a specified period and within a stipulated aggregate amount, if any. Extent of obligation. The government is obligated only to the extent of authorized calls actually placed against this blanket purchase agreement. No minimum purchases are guaranteed. Period of performance. This period of performance for this BPA will be five (5) years from the effective date. Purchase Limitation. The BPA limit will be $500,000.00. No individual call placed under this agreement shall exceed $150,000.00. Individuals authorized to purchase under the BPA. Individuals authorized to purchase under the BPA, shall be USACE Memphis District only. The dollar limitation per purchase for each position title or individual shall be furnished the same as listed above unless otherwise authorized by the Contracting Officer. Invoice/Delivery Ticket. Submission of completed work for each call under this agreement shall be accompanied by one copy of the delivery ticket/invoice which shall contain the following minimum information: Name of company, BPA number & call number, date of call, description of service/supply provided, and date of completion. All calls placed under this BPA will be distributed evenly among BPA holders. When a requirement for supplies/services listed within the BPA arises, the Government shall compare prices of all BPA awardees and select the BPA holder that offers the best value to the Government. NOTICE TO OFFEROR A. The following documentation must be submitted with your proposal for evaluation. 1. Offer shall be submitted on Company Letterhead with your signature, name, title, date, include prompt payment terms, remittance address, Tax Identification Number, DUNS number, and Cage Code. 2. Review and submit the required information from FAR Clause 52.212-2 and 52.212-3 in the solicitation. 3. Past Performance Questionnaire 4. Contractor shall provide unit cost for each item listed in Performance Specifications 5. All amendments must be acknowledged 6. Faxed proposals will not be accepted. B. Offerors ADDRESS - Prospective Offerors should indicate in the offer, the address to which payment and/or correspondence should be mailed. C. System for Award Management - By submission of a proposal, the Offeror acknowledges the requirement that prospective awardees must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this quote. Lack of registration in the SAM database will make an Offeror ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or at: http://www.sam.gov. D. Basis of Award - The Government will award a minimum of two BPA's from this solicitation to the responsible Contractor whose offer conforming to the solicitation will be most advantageous to the Government based on Technical Capability, Past Performance, and Price. See Performance Specifications, and FAR Clause 52.212-2 Evaluation Criteria specified in this solicitation. Multiple BPA's will be made from this solicitation. Acceptability Information is provided below: TECHNICAL RATING: ACCEPTABLE: Submittal clearly meets the minimum requirements of the solicitation. UNACCEPTABLE: Submittal does not clearly meet the minimum requirements of the solicitation. PAST PERFORMANCE RATING: ACCEPTABLE: Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown (certified letter acknowledging no past performance). UNACCEPTABLE: Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform. This order will be evaluated to assure that orders are not provided to debarred contractors. In addition, contractors with known performance issues identified in determining the contractor's responsibility per FAR Part 9 will be brought to the attention of the Contracting Officer and may be considered in making the awards. FAR Part 9, Contractor Qualification, requires that purchases shall be made from, and BPA's shall be awarded to, responsible prospective contractors only. Past failures to perform, apply sufficient tenacity to performance, failure to meet quality requirements, terminations for default and less than satisfactory ratings by the customer will be a significant factor in a determination of unsatisfactory/unacceptable performance. If offeror has no past performance of this nature, a neutral rating will be given per FAR 15.305(a)(2)(iv). E. Delivery Times - The following delivery times are established for contactors: 0700-4:00pm, M-Th (Monday thru Thursday) 0700-3:00pm, Friday No deliveries will be accepted on Federal holidays. (UNLESS OTHERWISE INSTRUCTED) F. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable timely response. Contracting Questions must be submitted by email to Valerie Marshall at Valerie.marshall@usace.army.mil. Technical/Product Questions will be submitted to Andrea.L.Williams@usace.army.mil, copy Valerie on all emails. PERFORMANCE SPECIFICATIONS (PS) Contractor shall provide supply/material to include any combination of the following: 1. Monthly Rental of Cylinders (gases) a. 16 pak 75/25 b. 16 pak Oxygen 200 c. Acetylene (AC 5 Acetylene cylinder) d. 75/25 300 size (cylinder) e. Argon 300 size (cylinder) 2. Purchase of gas refills a. Oxygen b. Argon c. Acetylene d. 75/25 3. Miscellaneous welding supplies/accessories/safety products/ tools & hardware etc. (this list is not all inclusive) a. Safety glasses b. Grinders c. Arcair carbon arc gougers and repair parts d. Victor torches and torch tips e. Grinding discs f. Wire wheels g. Cutoff wheels h. Hand tools (Welpers, hammers, chipping hammers, strikers, c-clamp, etc.) i. Gloves (welding and work) j. Fire blanket k. Welding Leathers (jackets, bibs, sleeves) l. Fire retardant clothing (jackets, sleeves, coveralls, bibs, etc.) m. Welding caps n. Welding helmets and accessories o. Equipment repair (welding machines, torches, regulators) p. MIG welding liners q. MIG guns with flexible heads r. Welding stingers and ground clamps s. Weld connectors t. Welding rods (7018, 6010, 6011, 5P) u. Welding wire (ESAB, AMTEC, Kobelco) v. Gouging rods w. Welding gas hoses x. Welding regulators y. Face shields z. Respirators and filters The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation Criteria - Commercial Items: (a) The Government will award a minimum of two BPA's from this solicitation to the responsible Offerors whose offer conforming to the solicitation will be most advantageous to the Government based on evaluation criteria. The following factors shall be used to evaluate offers: 1. Technical Capability - to be determined technically acceptably offerors shall submit for evaluation, documentation of their capability to provide and deliver the specified supplies in accordance with the Performance Specifications. The offeror shall provide sufficient documentation of their technical capability, by including technical literature, one to three page narrative addressing ability to provide and deliver products included in Performance Specifications, or any other information to enable the Government to determine the offeror's capability to satisfy this requirement. The offeror shall provide price list addressing/displaying the unit cost of all items listed in the Performance Specification. If contractor has a commercial price list displaying the required items it shall be provided as an additional document. 2. Satisfactory Past Performance - to demonstrate satisfactory past performance the offeror shall provide documentation of satisfactory performance on past or current contracts (no more than 3-5 years old) of a similar type, size, scope and complexity, as well as, provide two (2) references, including names and contact information of references who can verify their past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated as neutral on Past Performance, providing the offeror supplies a certified statement with their offer that no past performance information is available. Past Performance Questionnaire (PPQ) will be provided as an attachment. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the offeror. It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical acceptability, and satisfactory past performance. Failure to submit sufficient information for the government to determine technical acceptability, and past performance may be cause for rejection of your submittal. 3. Price - Quotes will be evaluated by comparing offered prices to one another. Price quotes will be examined to determine the extent to which proposed prices are comparable with the Government estimates, and previous procurement history and a determination made of Price Reasonableness. The Government may reject any proposal that is determined to be Not Fair and Reasonable, unrealistically high or low in price when compared unbalanced, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the requirements. FAR 52.203-3 Gratuities FAR 52.203-6 Restrictions on subcontractor sales to the government FAR 52.204-4 Printed or Copies Doubled-Sided on Postconsumer Fiber Content Paper FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation - Commercial Items ((See Notice to Offeror) FAR 52.212-3 Offeror Representation and Certifications--Commercial Items (See Notice to Offeror) FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items FAR 52.217-3 Evaluation Exclusive of Options FAR 52.217-9 Option to Extend Term of the Contract FAR 52.223-3 Hazardous Material Identification and Material Safety Data FAR 52.223-5 Pollution Prevention and Right-to-Know Information FAR 52.223-6 Drug-Free Workplace FAR 52.229-3 Federal, State and Local Taxes FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-2 Service of Protest FAR 52.242-13 Bankruptcy FAR 52.244-2 Subcontracts FAR 52.252-2 Clauses to Incorporate by Reference (HTTP://FARSITE.HILL.AF.MIL) FAR 52.252-6 Authorized Deviations in Clauses FAR 52.253-1 Computer Generated Forms The following are applicable from 52.212-5: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 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 FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (SAM) FAR 52.232-37 Multiple Payment Arrangements The following DFARS Clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7003 Agency Office of the Inspector General DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 System for Award Management, Alternate A DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dev. 2016-O0001) DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dev 2016-O0001) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 Identification and Valuation DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations DFARS 252.223-7001 Hazard Warning Labels DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.236-7002 Obstruction to Navigable Waterways DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7022 Representation of Extent of Transportation by Sea DFARS 252.247-7023 Transportation of Supplies by Sea
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-18-Q-0005/listing.html)
- Place of Performance
- Address: USACE ENSLEY ENGINEER YARD, 2915 RIVERPORT ROAD, MEMPHIS, Tennessee, 38109, United States
- Zip Code: 38109
- Zip Code: 38109
- Record
- SN04818052-W 20180211/180209230818-048335564068ce7e3f4e79af4c61c4e6 (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 |