Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2009 FBO #2835
SOLICITATION NOTICE

F -- RECOVERY--F--008350--John H. Kerr Lake, VA & NC--US Army Corps of Engineers, Wilmington NC is soliciting offers to prepare an Environmental Assessment for a proposed shoreline stabilization project at JH Kerr Reservoir in Boydton, VA.

Notice Date
8/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Corps of Engineers, Savannah, P.O. Box 889, Savannah, GA 31402-0889
 
ZIP Code
31402-0889
 
Solicitation Number
W912HN-09-T-0096
 
Response Due
9/29/2009
 
Archive Date
11/28/2009
 
Point of Contact
Denese Kushinsky, 910-251-4785
 
E-Mail Address
US Army Corps of Engineers, Savannah
(denese.j.kushinsky@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice is being posted as an avenue to provide Request for Quotation W912HN-09-T-0096. In accordance with Federal Acquisition Regulation (FAR) 5.202 (a) (13), Exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. 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 in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is reserved exclusively for small business concerns. The solicitation number is W912HN-09-T-0096, and the solicitation is issued as a request for quotation (RFQ). The NAICS code is 541330 with a small business size standard of $4.5M. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-36. Description of Requirement: The U.S. Army Corps of Engineers, Wilmington Contracting Office is soliciting offers to prepare an Environmental Assessment (EA) for a proposed shoreline stabilization project at John H. Kerr Dam and Reservoir in Boydton, Virginia. The EA shall be prepared in compliance with the National Environmental Policy Act (Title 42 of the United States Code in section 4321-4347) guidelines; the Council on Environmental Quality regulations codified in Title 40 of the Federal Regulations in Part 1500 through 1508; and Engineer Regulation 200-2-2, March 1988, U.S. Army Corps of Engineers, Regulation for Implementing NEPA, and in accordance with attached Scope of Work. At a minimum, the EA shall consider the No Action Alternative in addition to the proposed action. The EA shall address potential impacts from the proposed action on the physical environment, natural resources, protected species and sensitive areas, cultural resources, as well as any pertinent issues brought up during the scoping process. Information regarding the proposed project shall be provided to the Contractor by the Wilmington District, U. S. Army Corps of Engineers (CESAW). The period of performance is 150 days after contract award. This Request for Quotation incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.arnet.gov/far/. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items, with its offer. The clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, apply to this solicitation. 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. and includes the following clauses: 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009; 52.204-11, American Recovery and Reinvestment ActReporting Requirements; 52.219-6, Notice of Total Small Business Set-aside; 52.219-28, Post Award Small Business Program Representations; 52.222-3, Convict Labor; 52.222-19, Child labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The provisions of the following FAR Clauses also apply to this solicitation: 52.247-34, F.o.b. Destination; 52.252-2, Clauses Incorporated by Reference; 52.204-7, Central Contractor Registration; 52.209-6, Protecting the Governments Interest When Subcontracting with Debarred, Suspended, or Proposed for Debarment; 52.219-8 Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; and 52.247-21, Contractor Liability for Personal Injury and/or Property Damage. The provisions of the following DFARS Clauses apply to this solicitation: 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this solicitation; 252.204-7006, Billing Instructions; 252.212-7000, Offeror Representations and Certifications- Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; and 252.232-7003, Electronic Submission of Payment Request. Evaluation Factors: Technical and Past Performance and Price are approximately equal. NOTICE TO BIDDERS 1.This contract action requires products and/or services that are funded under the American Recovery and Reinvestment Act of 2009 (ARRA). 2.Contract Line Items using ARRA funds will be identified on the contract award document. 3. See ARRA contract clauses and ARRA reporting requirements. See also http://www.federalreporting.gov/ PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. In accordance with FAR 52.212-1(k), prospective awardee shall be registered and active in the CCR database prior to award. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT due date/time of solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. QUOTES ARE DUE NOT LATER THAN 4:00 PM, EASTERN DAYLIGHT TIME, 29 SEPTEMBER 2009. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. They may also be submitted on letterhead and faxed to the attention of the Contract Specialist, Denese J Kushinksy at 910-251-4454. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) MUST be submitted along with each quote. The government reserves the right to cancel this solicitation. This announcement and written request for quote constitutes the only Request for Quote that will be made for this requirement. Electronic quotes are now being accepted via email; Denese.J.Kushinsky@usace.army.mil or by fax at (910) 251-4454.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA21/W912HN-09-T-0096/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, John H. Kerr Dam & Reservoir 5460 Buggs Island Road Boydton VA
Zip Code: 23917-9801
 
Record
SN01930467-W 20090829/090828083939-7965a03784abcd7cec615d9cd4fc3324 (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 |
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.