Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2005 FBO #1361
SOLICITATION NOTICE

34 -- Furnish and deliver one(1) combination auger core, rotary type boring and subsurface exploration drilling machine built into a specially designed high flotation track carrier.

Notice Date
8/16/2005
 
Notice Type
Solicitation Notice
 
NAICS
333132 — Oil and Gas Field Machinery and Equipment Manufacturing
 
Contracting Office
US Army Engineer District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-05-T-0054
 
Response Due
9/16/2005
 
Archive Date
11/15/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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 solicitation; quotes are bein g requested and a more detailed solicitation is available on the Vicksburg Consolidated Contracting Office (VCCO) Web Page at http://www.mvk.usace.army.mil/contract/. Hardcopies will not be available. Solicitation Number W912EE-05-T-0054 is being issued as request for quotes (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-05 Correction. This is 100% set-aside for small b usiness concerns under NAICS Code 333132 (SIC 3533) with number of employees not exceeding 500. The US Army Corps of Engineers (USACE), Vicksburg Mississippi, Geotech Data Section has a requirement for one (1) combination auger core, rotary type boring an d subsurface exploration drilling machine built into a specially designed high flotation track carrier. Specifications are as follows: This equipment shall be used for soil sampling, foundation testing, monitoring well installation and subsurface explorati on work. The drill machine shall be capable of performing auger borings in unconsolidated formations with conventional flight or hollow-stem augers. The drill shall have the capability of productively using currently popular geoexploration methods and te chniques that include dutch cone, shelby tube or continuous tube sampling and standard penetration testing. The drill shall be capable of coring or rotary drilling applications. The unit shall be self-contained with all-terrain capabilities allowing acce ss to difficult off-road sites. The drill unit shall be an integral part of a high flotation track carrier having a single engine power source. The power shall be appropriately directed to the carrier, hydraulic system and mechanically driven drill head. A hydraulically actuated folding upright drill frame with twin hydraulic feed cylinders shall be supplied. The travel width of the drill and carrier shall not exceed 8 feet and travel height of the drill and carrier shall not exceed 8 feet 4 inches. The e quipment proposed must be a current model under standard production, being produced in quantity for national distribution. The manufacturer must have a minimum of three years production experience designing and manufacturing this type of equipment. The d rill shall have been in production for at least two years and shall be manufactured by one supplier to insure a one source parts responsibility. Dealer or vendor modifications to a non-conforming model for the express purpose of meeting minimum specificat ion requirements will not be acceptable. Parts and accessories shall be stocked and readily available from the successful vendor. The drill unit shall be furnished with all standard equipment advertised whether or not specifically called for here, except where optional or conflicting equipment is specified. This procurement may be quoted as follows: Line Item 0001 Supplies/Services: Boring and Subsurface Exploration Drilling Machine, Quantity: 1, Unit: EA, Unit Price: $_____________; Total amount for Lin e Item 0001 $______________. Delivery is not later than 1 August 2006. Delivery is made to be made to: Vicksburg Harbor Project, 2449 Haining Road, Vicksburg, MS 39183. FOB: Destination. Award shall be made to the responsive and responsible offeror whose quote is determined to be the lowest price and technically acceptable. Offeror shall submit with his/her quotation sufficient technical literature, brochures, product descriptions to enable the Government to determine technical acceptability. In order to be determined responsible in accordance with FAR Subpart 9, a prospective contractor must provide with his quotation documentation showing: (a) adequate financ ial resources to perform the contract, or the ability to obtain them; (b) the ability to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; (c) sat isfactory performance record; (d) satisfactory record of integrity and business ethics; (e) the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such el ements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors); and (f) the necessary p roduction, construction, and technical equipment and facilities, or the ability to obtain them. FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.2 12-3, Offeror Representations and Certifications-Commercial Items with this offer. The Clause 52.212-4, Contract Terms and Conditions, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Exec utive Orders - Commercial Items, applies to this acquisition. Quotes are due 16 September 2005 by 1645 hrs at the Vicksburg Consolidated Contracting Office, ATTN: Tracey M. Lowe at (601)631-7707 or e-mail at Tracey.M.Lowe@mvk02.usace.army.mil. For informa tion concerning this solicitation contact Tracey M. Lowe at (601) 631-7707 or email at Tracey.M.Lowe@mvk02.usace.army.mil. A more detailed solicitation is available on the Vicksburg Consolidated Contracting Office (VCCO) Web Page at http://www.mvk.usace.ar my.mil/contract/. This procurement is 100% set-aside for small business concerns.
 
Place of Performance
Address: US Army Engineer District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
Country: US
 
Record
SN00871763-W 20050818/050816212610 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.