SOLICITATION NOTICE
30 -- Ship Arrestor Upgrades - Specifications - Representations and Certifications - Drawings - Work Description
- Notice Date
- 9/14/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333995
— Fluid Power Cylinder and Actuator Manufacturing
- Contracting Office
- Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
- ZIP Code
- 13662
- Solicitation Number
- 6923G518Q0124
- Archive Date
- 10/11/2018
- Point of Contact
- Jason C. Brockway, Phone: 3157643252, Patricia L. White, Phone: (315) 764-3236
- E-Mail Address
-
jason.brockway@dot.gov, patricia.white@dot.gov
(jason.brockway@dot.gov, patricia.white@dot.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Description of Work Drawing SLS-370-109 Drawing Ship Arrestor Shop and OM Drawing D41411-B Representations and Certifications Specifications 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 (offers) are being requested and a written solicitation will not be issued. Solicitation number 6923G518Q0124 is issued as a request for quotation. This requirement is a Small Business set-aside and only qualified offerors may submit quotes. The applicable NAICS code is 333995 and the size standard is 750 employees. Item No. Description Quantity Price 0001 Design, fabricate, test, deliver, and provide onsite support as needed for Eight (8) Hydraulic Power Units (HPUs). Includes cost to ship all equipment to SLSDC Lock facilities. For The Job 0002 Design, fabricate, test, deliver, and provide onsite support as needed for Five (5) Fender Boom Hydraulic Cylinders. Includes cost to ship all equipment to SLSDC Lock facilities For The Job * SITE VISIT - Prospective offerors are s trongly encouraged to visit the sites prior to submitting a quote. Failure to do so will not relieve the successful offeror of the responsibility for completion of the intended work. Site visits will be conducted on Monday, September 17, 2018 at 10:00 AM. Arrangements shall be made with the Office of Engineering, phone (315) 764-3259 (no collect calls). Any expenses involved in the site inspections will be borne by the Bidder. *Quotes - Offerors shall provide their prices in the format provided above. Offerors must provide pricing for Basic Requirement Items No. 1 & 2. The SLSDC reserves the right to make award for any or all of the above items dependent on the availability of funding. *SUBMITTALS a. Offerors. Offerors shall submit with their quote a preliminary project schedule showing the times for starting and completing the salient features of the project based on the work description provided as an attachment. *SUBMITTALS a. Offerors. Offerors shall submit with their quote a preliminary project schedule showing the times for starting and completing the salient features of the project based on the work description provided as an attachment. * Shipping - Shipping is FOB Destination. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items (Aug 2018) applies to this acquisition. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov this clause has been provided in full text as an attachment. This procurement includes by reference FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and the following FAR clauses contained within are applicable to this acquisition: 52.203-6 -- Restrictions on Subcontractor Sales to the Government, 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice of Small Business Set Aside, 52.219-8 -- Utilization of Small Business Concerns, 52.219-13 -- Notice of Set-Aside of Orders, 52.219-14 -- Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 -- Equal Opportunity for Veterans, 52.222-36 - Equal Opportunity for Workers With Disabilities, 52.222-37 -- Employment Reports on Veterans, 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act, 52.222-50 Combatting Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.225-1 -- Buy American-Supplies, 52.225-13 -- Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. Other applicable FAR provisions and clauses incorporated by reference in accordance with; 52.252-2 Clauses Incorporated by Reference (FEB 1998) and 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) include: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. Response date for receipt of offers/quotes is by 3:00 pm EST, Wednesday, September 26, 2018. Quotes shall be sent to Jason Brockway, Contract Specialist, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to jason.brockway@dot.gov. All responsible offerors may submit a quote which shall be considered by the Saint Lawrence Seaway Development Corporation. Offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Full text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/6923G518Q0124/listing.html)
- Place of Performance
- Address: Eisenhower Lock, 190A Barnhart Island Road, Snell Lock, 145 Snell Lock Road, Massena, New York, 13662, United States
- Zip Code: 13662
- Zip Code: 13662
- Record
- SN05090249-W 20180916/180914231021-83b033fd585758f22a7c8abcfdb9cc36 (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 |