Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2020 SAM #6706
SOLICITATION NOTICE

J -- Amphibious Vehicle Repair

Notice Date
4/7/2020 11:40:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF00522724
 
Response Due
4/9/2020 10:00:00 AM
 
Archive Date
04/24/2020
 
Point of Contact
Robyn D. Wells
 
E-Mail Address
Robyn.D.Wells@usace.army.mil
(Robyn.D.Wells@usace.army.mil)
 
Description
AMENDMENT 2 TO CHANGE QUOTE DUE DATE. AMENDED TO INCORPORATE QUESTIONS/ANSWERS. 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; proposals are being requested and a written solicitation will not be issued. Competitive quotes are being requested under W81EWF00522724 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 2005-95.� The associated North American Industry Classification System (NAICS) code for the procurement is 336611, Ship Building and Repairing, with a Small Business size standard of 1,250 employees. �The Coastal & Hydraulics Laboratory (CHL) of the Engineer Research and Development Center (ERDC) has a requirement for three of their amphibious vehicles to be shipped to and from contractors� locations and undergo maintenance to include surface preparation, priming coating, hull repairs, and drain plug modifications.� The Period of Performance shall be from equipment delivery date to two calendar years.� The Place of Performance will be at selected contractors� locations, preferably within 50 miles of Duck, North Carolina.� ������ � The government intends to make a single award for this requirement. Quotes for less than the required items will not be accepted. The government intends to award without discussions while reserving the right to communicate with offerors if determined advantageous to the government. Offerors are encouraged to provide their best quoted pricing in their initial quote. FAR Clause 52.212-2 - Evaluation Factors - 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: All quotes submitted will be evaluated for (1) Technical Capability and (2) Price. The government will issue an award to the offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined Technically Capable. (1) Technical Capability is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the offeror's capability to provide the service specified and the ability to meet or exceed the specified delivery schedule. It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the government to determine technical capability and quoted price may be cause for rejection of your quote. 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 https://www.sam.gov. Before a complete evaluation of your quote can be made offerors must provide ""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 Alt I, Offeror Representations and Certifications - with their quote package. 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: Federal Veteran employment information at http://www.fedshirevets.gov/index.aspx Department of Labor Veterans Employment Assistance http://www.dol.gov/vets/ Department of Veterans Affairs�VOW to Hire Heros Act http://benefits.va.gov/vow/ Army Wounded Warrior Program � http://wtc.army.mil/modules/employers/index.html U.S. Chamber of Commerce Foundation�Hiring Our Heros http://www.hiringourheroes.org/ Guide to Hiring Veterans � Reference Material http://www.whitehouse.gov/sites/default/files/docs/white_house_business_council_- _guide_to_hiring_veterans_0.pdf This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-88 (05/16/2016) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20160630, (06/30/2016). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. The following apply to this acquisition: 52.203-5 Covenant Against Contingent Fees 52.204-7, System for Award Management Registration (Deviation) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.204-99, System for Award Management Registration (Deviation) 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 52.212-4, Contract Terms and Conditions Commercial 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.222-3, Convict Labor 52.219-14, Limitations on Subcontracting 52.222-3, Convict Labor 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-40, Notification of Employee Rights Under the National Labor Relation Act 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-1, Biobased Product Certification 52.225-1, Buy American- Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes � Fixed Price 52.252-2, Clauses Incorporated by Reference 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 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.209-7001 Disclosure of Ownership or Control by Government of a Terrorist Country 252.204-7011 Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003, Item Unique Identification and Valuation 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies by Sea Interested parties must include, with their quote, their CAGE Code and a completed 52.212-3 Offeror Representations and Certification or state that the offeror has completed Offeror Representations and Certification. Product literature containing specifications for quote product shall be submitted as well. Technical Inquiries and Questions All technical inquiries and questions relating to this procurement are to be submitted to Robyn D. Wells via e-mail at Robyn.D.Wells@usace.army.mil. Offerors are encouraged to submit questions at least 3 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Offerors are requested to review the specifications in their entirety and review the FedBizOps website for answers to questions prior to submission of a new inquiry. QUESTIONS/ANSWERS: The following questions were submitted (answers are in all CAPS after the�question): 1.� Would the customer be open to the work being completed on site?� Obviously, full containment would be provided to address any environmental concerns.� �THE WORK CAN NOT BE COMPLETED ON SITE. 2.� If no work can be completed on site, would the customer entertain work being completed at our facility (more than 50�road miles from USACE Field Research Facility), or is the 50 mile preferred� geographic restriction a hard limit?� GREATER THAN 50 MILES IS ACCEPTABLE. 3.��The statement of work is a little unclear as to who is providing the freight and trailer.� It sounds like the customer has an RGN trailer, but the vendor needs to provide the trucking?� THE CONTRACTOR PAYS FOR THE ROUND TRIP SHIPPING (FROM THE FRF TO THEIR FACILITY AND THEN BACK TO THE FRF).� THE GOVERNMENT DOES NOT HAVE A RGN TRAILER.�� 4.� In light of the current COVID-19 pandemic, it's assumed�most organized site visits have been suspended, but would vendors have the opportunity to view the assets first hand to determine current coating conditions and mil thicknesses?� These conditions can directly influence surface preparation pricing.� DUE TO COVID-19 RESTRICTIONS, NO SITE VISITS ARE ALLOWED.�� 5.��If a site visit is not permitted, can the customer provide information or measurements on the fasteners used for fender/rub rail installation?� Assumtion is made that�these fenders are standard ""D"" shaped rubber/EPDM with CRES/stainless bolts fastened vertically.� Since these fasteners are being replaced, measurements would be helpful in providing pricing.� THE FENDER IS STANDARD D SHAPED RUBBER AND THE FASTENING BOLTS ARE 3/8"" X 6"" (70 BOLTS/LARC). Notes to Offerors: Quotes are due Thursday, April 9, 2020, not later than 12:00 p.m. CST, to Robyn.D.Wells@usace.army.mil. �For information concerning this solicitation, contact Robyn D. Wells via e-mail at Robyn.D.Wells@usace.army.mil.� Oral communications are not acceptable in response to this notice. Please use the solicitation number referenced in the subject line.� Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones. Contracting Office Address: � USACE-ERDC ATTN: CEERD-CT/Robyn D. Wells 3909 HALLS FERRY ROAD VICKSBURG, MS 39180-6199 Place of Performance: � USACE-ERDC ATTN: Mike Forte, CEERD-HFA 1261 DUCK RD KITTY HAWK, NC 27949-4472
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1efd14ac9bb54a35b0b555dadac095c2/view)
 
Place of Performance
Address: Kitty Hawk, NC 27949, USA
Zip Code: 27949
Country: USA
 
Record
SN05612593-F 20200409/200407230145 (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 |
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.