Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
SOLICITATION NOTICE

J -- Dry Dock,repair as necessary, paint and return crane barge Wade. Current location UMRM734 Fountain City Service Base. Barge available for movement 15NOV2010 to be returned, work complete NLT 15ARP2011.

Notice Date
9/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
USACE District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-10-T-0115
 
Response Due
9/17/2010
 
Archive Date
11/16/2010
 
Point of Contact
Christopher G Dake, 6512905415
 
E-Mail Address
USACE District, St. Paul
(christopher.dake@us.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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR PART 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. i) Solicitation Number: W912ES-10-T-0115, this is being issued as a request for quotes (RFQ). ii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. iii) This procurement will be a 100% set aside under NAICS code: 336611, Size Standard: $7,000,000.00. iv) CLIN 0001Repair and Painting of Crane Barge Wade; CLIN 1001 Option Repair and Paint Crane Barge Wade-Additional Repairs This contract anticipates a level of repair as described in the scope of work below and allows for additional repairs if identified and verified. (sse attached scope of work) v) This procurement calls for acquisition of Royal Chemical Void Coat Paint (1.4 SOW, attached) vi) Barge is available for move on 15 NOV 2010, location: UMRM 734, Fountain City Service Base; delivery/return no later than 15 APR 2011 to UMRM 734, Fountain City Service Base. vii) Provision 52.212-1, Instructions to Offerors-Commercial apples to this acquisition (see below and attached). viii) Provision 52.212-2, Evaluation-Commercial Items applies to this acquisition: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical ability to perform the services specified in the scope of work, (ii) past performance, (iii) price. When combined all evaluation factors other than price are more important than price. i) Technical ability to perform the services specified in the scope of work. Offerors shall provide the following information with their offers: cpacity of drydock(s) in tons, square footage of shops and yards, size of staff responsible for performing the tasks identified in the scope of work, surface preparation plan and paint warranty as required in the scope of work. ii) Past Perormance. Additional information on past performance is provided under provision 52.212-1(b)(10). Past performance information may include references to recent or relevant contracts of a similar size, nature, scope or complexity. Offerors are encouraged to provide relevant contract numbers if applicable and/or a point of contact including a telephone number or e-mail address. The Government intends to award a fixed price contract to the successful offeror within the time specified in the solicitation. The offerors written acceptance of the purchase request shall result in a binding agreement without further action by either party. The Government intends to make this award decision(s) without discussions. Therefore, each offeror is encouraged to provide the Government with all of the information necessary to evaluate its proposal in accordance with the evaluation factors above. Offerors failing to submit all the information necessary to evaluate their proposal as part of their initial submission(s) bear the risk that their proposal will be rejected without discussions.. ix) Offerors must submit with their offer a completed clause 52.212-3, Offeror Representations and Certifications or indicate current registration with the online representations and certifications application (ORCA). x) Clause 52.212-4, Contract Terms and Conditions-Commercial applies to this acquisition. xi) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, the following FAR clauses cited in the 52.212-5 are applicable: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.223-9, 52.225-13, 52.232-33, 52.222-41, 52.222-42 see full clause below xii) Offers are due as indicated below INSTRUCTIONS TO OFFERORS INSTRUCTIONS TO OFFERORS: This solicitation will be posted online in Federal Business Opportunities at www.fbo.gov. Please monitor this site for any amendments. Quotes are due 17 September 2010 at 4:00 pm CST. Include: Page 1 filled in at 17a and 30 a, b and c. Your quoted amount at Item Number 0001. Completed clause 52.212-3 Offeror Representations and Certifications or indicate current status in the Online Representations and Certifications Application (ORCA). Provide past performance information (project name, contract number, location, amount, contact name and phone number and e-mail). Paint/surface application plan as described in the scope of work. Paint warranty information as described in the scope of work. Quotes can be mailed, emailed or faxed to: U.S. Army Corps of Engineers Attn: MAJ Christopher G Dake 180 5th St. East, Suite 700 St. Paul, MN 55101-1678 Fax: 651-290-5706 Email: Christopher.g.dake@usace.army.mil The U.S. Army Corps of Engineers as part of the federal government is tax-exempt. Federal Tax ID# 62-1642142. See attached document for further explanation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-10-T-0115/listing.html)
 
Place of Performance
Address: USACE District, St. Paul 180 5th Street East, Suite 700 St. Paul MN
Zip Code: 55101-1638
 
Record
SN02267527-W 20100905/100903235012-3fc7dd54af075f2787a7c2b3c1a52098 (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.