SOLICITATION NOTICE
J -- TOP END OVERHAUL FOR CATERPILLAR C32 GENERATOR SETS FOR THE MAT SINKING UNIT � USACE � VICKSBURG DISTRICT
- Notice Date
- 1/2/2020 11:37:56 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W07V ENDIST VICKSBURG VICKSBURG MS 39183 USA
- ZIP Code
- 39183
- Solicitation Number
- W912EE20Q0007
- Response Due
- 1/14/2020 9:00:00 AM
- Archive Date
- 01/29/2020
- Point of Contact
- Kelly A. Turcotte, Phone: 6016315379, Robin L. Green, Phone: 6016315341
- E-Mail Address
-
Kelly.A.Turcotte@usace.army.mil, robin.l.green@usace.army.mil
(Kelly.A.Turcotte@usace.army.mil, robin.l.green@usace.army.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation Number W912EE20Q0007 is being issued as a Request for Quote (RFQ) with the intent to issue a single Firm-Fixed Price Contract.� The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-02.� THIS PROCUREMENT IS BEING COMPETED AS UNRESTRICTED.� The NAICS code for this procurement is 811310 � Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, Size Standard, $8M.� This procurement is being conducted in accordance with regulations at FAR Part 12 � Acquisition of Commercial Items and FAR Part 13 �Simplified Acquisition Procedures.� The U.S. Army Corps of Engineers, Vicksburg District, has a requirement to perform top end overhauls on two (2) Caterpillar C32 generator sets located on Matboat 4801. PROJECT SPECIFICATIONS: For Detailed Specifications reference the attachments posted with this solicitation under the �Additional documentation� link toward the bottom of this announcement: The government intends to make a single award for one lump sum. Offers for less than the required items will not be accepted. The Government intends to award without discussions while reserving the right to hold discussions if determined advantageous to the Government.� Offerors are encouraged to provide their best proposed pricing in their initial offer.� Clause 52.212-2 � Evaluation Factors - Commercial Items; EVALUATION FACTORS AWARD BASIS AND EVALUATIONS: The government intends to make a single Firm Fixed Price award. The award will be made to the vendor who has conformed to the solicitation requirements, is determined to be a responsible source and offers the lowest price. Offers for less than the required items specified in the solicitation, and solicitation bidding schedule will not be accepted. The Government intends to award without discussions, while reserving the right to hold discussions (if determined by the Contracting Officer to be in the Government�s best interest). Offerors are encouraged to provide their best proposed pricing in their initial offer. 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: FACTOR 1 Technical and Management Capability (Acceptable/Unacceptable) FACTOR 2 Past Performance (Acceptable/Unacceptable) FACTOR 3 Price Submittals; It is incumbent upon the offeror to submit sufficient information for the Government to make a determination of your technical and management capability, and satisfactory past performance. Failure to submit sufficient information for the government to determine your technical and management capability, satisfactory past performance, or price may be cause for rejection of your quote. The contractor shall provide sufficient documentation of technical and management capability, by including technical literature, brochures, equipment list, list of key personnel, resumes, documentation of experience making deliveries of similar volumes, and meeting equivalent delivery schedules for like materials on contracts of a similar type, size, scope & complexity, and any other information to enable the Government to determine the offeror�s capability. (1) Technical & Management Capability - offerors shall be evaluated on an (acceptable/unacceptable) basis considering the following sub-factors; a. Capability to complete work in accordance with the scope of work. b. Capability to complete work on schedule at the time frame specified. d. Experience of the company completing work on contracts of a similar type, size, scope and complexity, within the last three (3) years. e. Project Management and organization capability, including prior experience as a Contractor managing contracts of a similar nature, size, scope, and complexity, within the last three (3) years. � (2) Satisfactory Past Performance - Past Performance will be evaluated on an (acceptable/unacceptable) basis. To demonstrate satisfactory past performance the offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope and complexity, performed within the last 5 years, as well as, provide references, including names and contact information of references who can verify their past performance. Past performance information of key personnel and crew may be provided if the company has limited or no 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. 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. The Government�s assessment will focus on contracts that meet the following conditions: Recency. Only contracts that were performed or awarded within the last five (5) years will be considered. Relevancy. Only contracts which were/are relevant in scope will be considered. (3) Price - 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 will be 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 to Government estimates, or are unbalanced, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the requirements. All proposals will be evaluated for price, from prices presented on the fully completed bidding schedule, based on the total of all line items. Pricing that is determined to be unrealistic may result in the rejection of your proposal. The contractor shall provide a copy of the completed SF-1449 Bidding Schedule with their proposal. Individual line item prices in the bidding schedule shall reflect the maximum price to COMPLETE the work listed in that line item and will be used for the purpose of price evaluation. Offerors must provide pricing on the entire bid schedule. Failure to provide pricing on all CLINs within the bidding schedule will be grounds for rejection of your proposal. � Unbalanced Pricing; Unbalanced pricing exists when one or more contract line item is significantly over or understated as indicated by the application of cost or price analysis techniques. Proposal CLINs shall be analyzed to determine if proposed CLIN prices are unbalanced. An offer may be rejected if the Contracting Officer determines that the lack of balanced pricing poses an unacceptable risk to the Government. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) SAM Registration: Pursuant to FAR Provision 52.204-7, prior to award offerors 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 proposal can be made offerors 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.� Offerors who do not include their Reps & Certs in their SAM registration, must print complete and include FAR Clause 52.212-3, Offeror Representations and Certifications - with their quote package. � Notes to Offerors: Quotes are due Tuesday, 14 January 2020 not later than 11:00 a.m. CST. to U.S. Army Corps of Engineers, ATTN: Kelly A. Turcotte, 4155 East Clay Street, Vicksburg, MS 39183-3435. Quotes may be submitted electronically via email, providing that they are complete and provide all required information to: Kelly.A.Turcotte@usace.army.mil . For information concerning this solicitation, contact Kelly A. Turcotte at (601) 631-5379; E-mail: Kelly.A.Turcotte@usace.army.mil. � You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the BETA.sam web site often for a new solicitation and/or modifications to this solicitation. Quotes are due Tuesday, 14 January 2020, not later than 11:00 a.m. CST at the District Headquarters Office located at 4155 Clay Street, Vicksburg, MS 39183-3435. Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. Quotes must be clearly identified for Solicitation No W912EE20Q0007 to the Attn. of Kelly A. Turcotte, Vicksburg District Contracting Office, CEMVK-CT-S.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f8ab93a2b1f6497aaf0cf9d88cfdb4ea/view)
- Place of Performance
- Address: Vicksburg, MS 39183, USA
- Zip Code: 39183
- Country: USA
- Zip Code: 39183
- Record
- SN05525745-F 20200104/200102230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |