SOLICITATION NOTICE
38 -- RECOVERY--38--RECOVERY Lattice Boom Crawler Crane
- Notice Date
- 8/12/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333120
— Construction Machinery Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, St. Paul, US Army Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
- ZIP Code
- 55101-1638
- Solicitation Number
- W912ES-09-R-0032
- Response Due
- 9/2/2009
- Archive Date
- 11/1/2009
- Point of Contact
- Lisa A. Draves, 651-290-5614<br />
- E-Mail Address
-
US Army Engineer District, St. Paul
(lisa.a.draves@usace.army.mil)
- Small Business Set-Aside
- N/A
- 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 only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is being fully procured with funds provided by the American Recovery and Reinvestment Act of 2009. The U.S. Army Corps of Engineers (USACE) St. Paul District intends to award a Firm Fixed Price contract. This requirement consists of supplying a new lattice boom crawler crane with a capacity of 220 to 250 US tons to provide dockside lifting services. The solicitation number is W912ES-09-R-0032 and is issued as a request for proposals (RFP). This solicitation will be issued in accordance with FAR Part 12 and evaluated in accordance with FAR Part 13. This acquisition is being conducted in accordance with FAR Subpart 13.5 test program procedures for commercial items. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-34. This requirement is unrestricted, open to businesses of all sizes. The associated North American Industrial Classification (NAICS) code is 333120 and the business size standard is 750 employees. This requirement consists of ten (10) line items: 0001 Lattice boom crawler crane (Unit: EA; Qty: 1); 0002 Optional Item: Crane spare parts/components (Unit: LS; Qty:1); 0003 Optional Item: Auto-lubrication system for grease points (Unit: EA; Qty: 1); 0004 Optional Item: Crane Spare Parts: Pumps (Unit: LS; Qty: 1); 0005 Optional Item: Crane Spare Parts: Lights (Unit: LS; Qty: 1); 0006 Optional Item: Crane Spare Parts: Filters (Unit: LS; Qty: 1); 0007 Optional Item: Crane Spare Parts: Diesel Engine; (Unit: EA; Qty: 1); 0008 Optional Item: Special Tools and Equipment (Unit: LS; Qty: 1); 0009 Crane Load Testing (Unit: LS; Qty: 1); 0010 Optional Item: Paint Warranty (Unit: EA, Qty: 1) A detailed description of the line items is included in the Solicitation and will be provided upon request. Delivery will be FOB destination to Fountain City, WI 54629. Delivery to be completed by 28 May 2009. This combined synopsis/solicitation incorporates one or more clauses and provisions by reference with the same force and effect as if they were stated in full text. Full text provisions and clauses can be viewed at http://farsite.hill.af.mil/. The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items, applies to this acquisition. Award will be made to the responsible offeror whose offer, conforming to this combined synopsis/solicitation, will be most advantageous to the Government, price and other factors considered. The following text is added to paragraph (a) of FAR 52.212-2, Evaluation of Offers: (i) technical capability (lift capacity, safety features, parts availability, service availability, engine reliability, hydraulic system reliability, controls, maintainability, required inspection frequency, monitors, LMI, weight, and paint quality); (ii) past performance; (iii) price. Technical capability and past performance, when combined, are significantly more important than price. Additional instructions are provided in 52.212-2 of the solicitation. The provisions at 52.212-3 (Alt I), Offeror Representations and Certifications Commercial Items; and 52.225-18, Place of Manufacture, apply to this acquisition. Offerors shall submit a completed copy of these provisions or proper ORCA certifications. The Online Representations and Certifications Application (ORCA) can be found at http://www.bpn.gov. The provisions at DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items; 252.225-7000, Buy American Act--Balance of Payments Program Certificate, and 252.247-7022, Representation of Extent of Transportation by Sea, apply to this acquisition. Offerors shall submit a completed copy of these provisions. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5 (Alt II), Contract Terms and Conditions Required to implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following clauses identified in 52.212-5 (Alt II) are considered applicable to this acquisition: 52.203-6 (Alt 1), 52.204-11, 52.219-8, 52.219-9, 52.219-16, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, 52.232-33, and 52.247-64. Additional FAR and Department of Defense FAR Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.202-1, 52.203-3, 52.203-11, 52.203-12, 52.203-15, 52.204-4, 52.204-7, 52.209-6, 52.219-4, 52.222-29, 52.222-50, 52.223-11, 52.233-1, 52.233-2, 52.233-3, 52.233-4, 52.247-34, 52.252-1, 52.252-2, and DFARS 252.203-7000, 252.203-7002, 252.204-7000, 252.204-7003, 252.204-7004 (Alt A), 252.204-7006, 252.205-7000, 252.209-7001, 252.209-7004, 252.211-7003, 252.212-7001, 252.219-7003, 252.225-7001, 252.225-7002, 252.225-7012, 252.225-7008, 252.227-7015, 252.227-7037, 252.232-7003, 252.232-7010, 252.243-7001, 252.243-7002, 252.247-7023, and 252.247-7024. Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. Numbered Notes do not apply to this acquisition. Addendum 1, Inspection and Acceptance, accompanies this solicitation. All responsible sources that can meet the requirements may respond to this solicitation. Offerors must submit the following to be considered responsive and have a complete quote (1) a completed proposal with pricing information for each ITEM and acknowledgment of any Amendments; (2) technical information as instructed in 52.212-2 of the solicitation, and the Scope of Work and Addendum 1; (3) past performance information in accordance with 52.212-2; (4) completed copies of the provisions at FAR 52.212-3 (Alt 1), 52.223-13 and 52.225-18 or indicate if representations and certifications have been completed electronically via the Online Representations and Certifications Application (ORCA) website at http:// orca.bpn.gov; (5) completed copies of the provisions at DFARS 252.212-7000, 252.225-7000, and 252.247-7022.Offerors must be registered in the Central Contractor Registry located at www.ccr.gov prior to contract award. Offers are due no later than 12:00 p.m. (CST) on 31 August 2009. Interested sources may contact Lisa Draves at lisa.a.draves@usace.army.mil for a copy of the solicitation package. Offers may be submitted to lisa.a.draves@usace.army.mil, faxed (attn: Lisa Draves, 651-290-5706), or mailed to U.S. Army Corps of Engineers, St. Paul District, Attn: Lisa Draves, Contracting Division, 190 5th Street East, Suite 401, St. Paul, MN 55101-1638. Interested sources who submit data are responsible for appropriately marking information if it is proprietary in nature. A determination by the government to not award based on the responses to this solicitation is solely within the discretion of the government. Responses and questions are to be emailed to Lisa Draves at lisa.a.draves@usace.army.mil. Alternative POC: Tina Guillot, Contracting Officer, email: tina.a.guillot@usace.army.mil. Telephonic inquiries will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-09-R-0032/listing.html)
- Place of Performance
- Address: US Army Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN<br />
- Zip Code: 55101-1638<br />
- Zip Code: 55101-1638<br />
- Record
- SN01908562-W 20090814/090813000110-7d3601583404c0159dcde89d497d613e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |