SOLICITATION NOTICE
J -- Firefighting System onboard the Dredge McFarland Inspecteed and Certified
- Notice Date
- 12/10/2020 4:38:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-21-Q-0006
- Response Due
- 12/21/2020 8:00:00 AM
- Archive Date
- 01/05/2021
- Point of Contact
- James F Casey, Phone: 2156566915, Robert W. Hutcheon, Phone: 2156562291
- E-Mail Address
-
james.f.casey@usace.army.mil, robert.w.hutcheon@usace.army.mil
(james.f.casey@usace.army.mil, robert.w.hutcheon@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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 formal solicitation will not be issued. SOLICITATION #: W912BU-21-Q-0006 This combined synopsis/solicitation is issued as a Request for Quotes.� A Firm Fixed Price type contract will be awarded. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-09 effective 27 August 2020 This combined synopsis/solicitation is being issued as a 100% Small Business Set Aside. NAICS:� 541990 CLIN 0001 � The intent of this specification is to have the firefighting system onboard the Dredge McFarland inspected, tested, and certified for use. This system includes the fixed, semi-portable and independent CO2 systems; all portable fire extinguishers, the Ansul fire suppression system in the galley and the fixed CO2 system on the Launch. The vessel will undergo a renewal of its USCG Certificate of Inspection and the firefighting system must be certified ready for use as part of this inspection. Delivery Schedule:� Provide best delivery schedule in quote. Delivery Location:� ����Dredge McFarland ����������������������������������� FT Mifflin ����������������������������������� Philadelphia, PA 19153 FOB Point: Destination FAR 52.212-1 � Instructions to Offerors Provision Addenda:� All quotes shall include the following minimum information:� Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule.� IAW FAR 52.204-7, prospective vendors must be registered in the SAM database prior to contract award.� Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at https://www.sam.gov This solicitation is issued as a request for quote using FAR Parts 12 Commercial Items and 13 Simplified Acquisition Procedures. Firms interested in this opportunity should submit a quote with the following information: Delivery Date, unit prices for each CLIN, total price, product specifications, warranty terms, etc. Contractors are instructed to price each CLIN individually. All quotes received will be evaluated for conformity with the solicitation. A quote is acceptable if it conforms to all material requirements of the RFQ; otherwise it will be considered non-responsive. Only acceptable quotes will be evaluated. Suppliers should annotate within their quote specifications relating to the items quoted. Insufficient information may lead to a quote being considered non-responsive. FAR 52.212-2 � Evaluation � Commercial Items: All quotes received will be evaluated for conformity with the solicitation. A quote is acceptable if it conforms to all material requirements of the RFQ; otherwise it's considered non-responsive. Only acceptable quotes will be evaluated. The following are the evaluation criteria: 1. PRICE a. Quoted total cost for the inspection/test/certification. �Total cost includes all direct and indirect cost of performing this service within 10 calendar days after NTP and the costs associated with ABS review. The Contract Specialist shall review the quote. Price will be evaluated for fairness and reasonableness. 2. TECHNICAL CAPABILITY a. For Technical Capability Evaluations, contractors shall demonstrate a clear understanding of the requirements presented in this specification. The contractor shall identify a minimum of three projects (greater than or equal to $50,000) completed within the last 5 years where the contractor successfully provided Insspection/ test/ certification for use of � Firefighting equipment containing Carbon DiOxide(CO2) units. For each project, the offeror shall provide an overview listing that includes: Project description Inspection Testing Certification for use on vessel Client or Government Agency Project Cost Verified Kidde factory certification Customer POC (Name, phone number, & email) � NOTE: Failure to submit proof of a minimum of three (3) projects will result in vendor being found nonresponsive. � b. The vendor shall provide proof of their current Kidde factory certification. **Failure to provide this information will result in your quote being deemed �Non-Responsive�** The Government will evaluate the Technical Quotation using the following adjectival rating. Adjectival Description Acceptable: Meets all the minimum requirements of the criteria; has an average probability of success; no significant weaknesses and any deficiencies can be readily corrected. Unacceptable: Fails to meet any of the minimum requirements of the criteria; quotation needs major revisions; very low probability of success. 3. PAST PERFORMANCE: Price and Past Performance will be evaluated in accordance with in DFARS 213.106- 2(b)(i)(B)&(C). Past Performance history shall be evaluated for each supplier�s past performance history in SPRS for the FSC and PSC of the supplies being purchased. Award will be made to the supplier whose quote represents the best values to the Government quoting the lowest price and that has anything other than an �Unsatisfactory� rating in CPARS. FAR 52.212-3 � Offeror Representations and Certifications � Commercial Items:� An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov.� If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their quote. FAR 52.212-4 � Terms and Condition � Commercial applies to this acquisition FAR 52.212-5 (DEV Nov 2017) � Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items FAR 52.252-1 � Solicitation Provisions Incorporated By Reference - This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address: https://www.acquisition.gov/content/regulations The following additional provisions or clauses are specific to this particular requirement: FAR 52.204-7 � System for Award Management FAR 52.247-34 � FOB Destination FAR 52.252-5 � Authorized Deviations in Provisions FAR 52.232-33 - Payment by Electronic Funds Transfer-- System for Award Management All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to james.f.casey@usace.army.mil no later than 29 December 2020, 1:00 PM EST.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/843392bbcefd443891152bc252cd18d7/view)
- Place of Performance
- Address: Philadelphia, PA 19153, USA
- Zip Code: 19153
- Country: USA
- Zip Code: 19153
- Record
- SN05871019-F 20201212/201210230139 (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 |