Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2009 FBO #2839
SOLICITATION NOTICE

54 -- RECOVERY--54--PROJECT NUMBER 107225, YAZOO BASIN, GRENADA LAKE, MS -- Furnish, Deliver, and Install One Boat Storage Building at the Grenada Lake Shop Area in the State of Mississippi

Notice Date
8/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
US Army Corps of Engineers, Vicksburg District, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-09-T-0043
 
Response Due
9/10/2009
 
Archive Date
11/9/2009
 
Point of Contact
Anitra Wilson, 601-631-5341
 
E-Mail Address
US Army Corps of Engineers, Vicksburg District
(anitra.d.wilson@usace.army.mil)
 
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 only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation Number W912EE-09-T-0043 is being issued as a Request for Quotation (RFQ) with the intent to award using simplified acquisition procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. THIS PROCUREMENT IS SET ASIDE 100% FOR SMALL BUSINESS FIRMS UNDER NAICS CODE 332311 WITH A SIZE STANDARD OF 500 EMPLOYEES FOR A FIRM FIXED PRICE CONTRACT. This requirement is funded under the American Recovery and Re-Investment Act (Recovery Act) of 2009, P.L. 111-5. Specifications. The USACE, Vicksburg District, has a requirement to furnish, deliver, and install one boat storage building at the Grenada Lake Shop area in the State of Mississippi in accordance with the attached specifications. See Attachment 2 for the complete set of specifications. This requirement may be quoted using Section B, Supplies or Services and Prices, contained in Attachment 1. Please also complete the General Information Form contained in Attachment 1. The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009) Alternate I (Apr 2002), with its offer. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009) applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (August 2009), Alternate II (May 2009), applies to this acquisition. The following additional FAR clauses cited in FAR Clause 52.212-5, Alt II are applicable to this acquisition: (1) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Mar 2009) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009), (2) 52.204-11, American Recovery and Reinvestment ActReporting Requirements (Mar 2009) (Pub. L. 111-5), (3) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644), (4) 52.219-28, Post Award Small Business Program Re-representation (Apr 2009) (15 U.S.C. 632(a)(2)),(5) 52.222-3, Convict Labor (June 2003)(E.O. 11755), (6) 52.222-19, Child LaborCooperation with Authorities and Remedies (Aug 2009) (E.O. 13126), (7) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (8) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246), (9) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212), (10) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), (11) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212), (12) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), (13) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003)(31 U.S.C. 3332). The following DFARS Clauses are applicable to this acquisition: 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jul 2009). The following additional clauses cited in DFARS Clause 252.212-7001 are applicable to this acquisition: (1) 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207), (2) 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582), (3) 252.232-7003, Electronic Submission of Payment Requests (Mar 2008). DFARS Clause 252.225-7000, Buy American Act--Balance of Payments Program Certificate (Jan 2009), is applicable to this acquisition. The full text of all provisions and clauses may be accessed electronically at www.farsite.hill.af.mil. Reporting Requirements. Under Section 1512(c)4) of the American Recovery and Reinvestment Act of 2009, recipients are to participate in the reporting process. The federal government has established a common framework for recipients to manage a data quality recipient reporting process at www.FederalReporting.gov. Only recipients that received funds under the list of programs subject to recipient reporting will report under these reporting requirements (see link below for the list). Supplement List of Programs Subject to Recipient Reporting. http://www.whitehouse.gov/omb/assets/memoranda_fy2009/m09-21-suppl.pdf Therefore, recipients should view the webinars at: www.Whitehouse.gov/Recovery/WebinarTrainingMaterials for training/instructions on 1)how to register, 2)how to report the common elements, 3)how to check for data quality, and 4)determine estimates of job impact. Primes must incorporate sub-recipient reporting. Waivers will not be granted for reporting requirements, and non-compliance will be treated as a violation of the award agreement. All recipients will report via www.FederalReporting.gov. For additional information please contact your Contracting Agencys representative; the Contracting Officer or the Contracting Specialist. See Clause 252.204-7004, if you are not registered in the CCR, an award cannot be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Offerors should check the FedBizOpps Web Page often for changes (AMENDMENTS) to this solicitation. Quotes are due 10 September 2009 not later than 4:30 p.m. at the USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG, MS 39183-3435, ATTN: Anitra Wilson, CT-S. For information concerning this solicitation contact Anitra Wilson at 601-631-5341 or email at Anitra.D.Wilson@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-09-T-0043/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Vicksburg District ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN01933636-W 20090902/090901000356-4b79a8364dde5e7481991c418d63a071 (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.