SOLICITATION NOTICE
J -- Dredge Essayons Tailshaft Repair
- Notice Date
- 8/17/2020 7:42:28 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Portland Portland OR 97208-2946
- ZIP Code
- 97208-2946
- Solicitation Number
- W9127N20Q0088
- Response Due
- 9/2/2020 2:00:00 PM
- Archive Date
- 09/17/2020
- Point of Contact
- Brandon Lasich, Phone: 5038084637, Mitchell J. Johnson
- E-Mail Address
-
brandon.m.lasich@usace.army.mil, mitchell.j.johnson@usace.army.mil
(brandon.m.lasich@usace.army.mil, mitchell.j.johnson@usace.army.mil)
- Description
- �COMBINED SYNOPSIS/SOLICITATION W9127N20Q0088 Dredge Essayons Tailshaft Repair U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT 17 August 2020 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. Request for Quotation (RFQ) W9127N20Q0088 for the repair of Dredge Essayons Tailshaft. The following solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular (FAC) 2020-08 Effective August 13, 2020, and Defense Federal Acquisition Circular 06-05-2020. This solicitation is advertised for full and open competition, �unrestricted,� under NAICS Code 811310-Commercial and Industrial Machinery and Equipment Repair & Maintenance, with a size standard of $8,000,000.00. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award.� Lack of active SAM registration will make an offeror ineligible for award.� The Portland District Contracting Office Small Business Specialist is Carol McIntyre at 503-808-4602. The government requests quotes for the following items: Item������� Description�������������������������� ��������������� Quantity ����� Unit� ��� ����������� Unit Price����������������������������� Amount��������� �. 0001������ Essayons Tailshaft Repairs�������������� ���� 1������� ����� Job ����������������� ������������������������������� ��������������� ������������������������������� NOTE:� The offeror shall include in its price all services to be performed by Propulsion Systems, Inc., as defined in the Performance Work Statement (PWS) and sole source determination. Both documents are attachments to this RFQ.���������������������������� Supplies/ Services will be inspected/accepted at: Item�� ���� �Inspect At���������������������������� Inspect By������������ �������������� Accept At����������������������������� Accept By��������� �. 0001������ Destination���������� ������������ Government���������� �������������� Destination�������������������������� Government ����������� ������������������������������������������������ Delivery Information: �FOB Destination to the address specified below. All shipping FOB destination related expenses must be included in the cost of each Line Item. CLIN������ Delivery Date����������������������� Quantity���������������� ������������������� ��������� ��������������� Ship to Address�� ��������������� 0001������ 90 Days After Award���������� ����� 1������������������������������������������������������ Portland District Warehouse ������������������������������������������������������������������������������������������������������������������������������� ��� 8010 NW St Helens Rd ������������������������������������������������������������������������������������������������������������������������������� ������ Portland, OR 97210 52.212-2� EVALUATION�COMMERCIAL ITEMS (OCT 2014) ����������� (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: Technical capability. The government will evaluate quotations that conform to the CLIN structure and the PWS associated with this RFQ. With its quotation, the offeror shall submit information on two (2) separate projects similar in scope to that required by this RFQ which were completed no longer than five years prior to the RFQ due date. Required information is as follows: Customer/company, primary point of contact and position held, address, phone, and email; Contract number, if applicable; Location and State or Country; Date contract and/or work began; Date contract and/or work was completed*; Indicate if prime or subcontractor on project; A brief explanation of services provided and relevance to the work described in the PWS. Demonstrate capability of the facility to accommodate the installation of stainless steel liners with a minimum inside diameter (ID) of 15.5 inches on marine tailshafts that are at least 43 feet in overall length (single section) Demonstrate experience with the installation of stainless steel liners with a minimum inside diameter (ID) of 15.5 inches on marine tailshafts that are at least 43 feet in overall length (single section) and have been performed on an American Bureau of Shipping(ABS) class vessel. *Projects where work is ongoing must include a description of the work elements completed so the Government can determine the relevance of completed work to this solicitation. Price. The government will evaluate and determine an awardee based on price following a positive confirmation of the offerors technical capability (lowest price technically acceptable). (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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) Provisions 52.212-1, Instructions to Offerors � Commercial and 52.212-4, Contract Terms and Conditions -- Commercial Items apply to this acquisition along with any listed addenda to the provisions. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items.� For offerors with a current registration in the System for Award Management (SAM), complete paragraph (b) of the provision and submit with the response to the RFQ. SCA WAGE DETERMINATIONS 52.222-49 Service Contract Labor Standards-Place of Performance Unknown (May 2014) ����� (a) This contract is subject to the Service Contract Labor Standards statute, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: None as of date of RFQ. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by 27 Aug, 2020 at 2:00pm PDT. ����� (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price. (End of clause) Wage determination requests shall be submitted via email to: Brandon.M.Lasich@usace.army.mil��� mitchell.j.johnson@usace.army.mil� Service Contract Act Wage determinations will be based on the location of the facility of the contract awardee. Wage determinations will be incorporated into the contract at the time of award. Wage determinations can be found at WDOL website. https://www.wdol.gov/dba.aspx The full combined synopsis/solicitation is attached (B.01 Combined SynopsisSolicitation-EssayonsTailshaft.pdf). Attachments to the combined synopsis/solicitation are as follows: A. Performance Work Statement B. Quality Assurance Surveillance Plan C. Dwg 22885-D D. Dwg PSI 27046-22164 E. Sole Source Determination (for Portion of Work to be completed by Propulsion Systems, Inc.)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a9ae9b082b044c6a8ecd80f7b37a49fa/view)
- Record
- SN05760561-F 20200819/200817230201 (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 |