Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

43 -- Supply of Four (4) New Unwatering Pumps, John H. Kerr Powerhouse, Boydton VA

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM-11-T-0027
 
Response Due
9/21/2011
 
Archive Date
11/20/2011
 
Point of Contact
Bruce A Helms, 910-251-4580
 
E-Mail Address
USACE District, Wilmington
(bruce.a.helms@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; proposals are being requested and a written solicitation will not be issued. In accordance with FAR 12.603 -- Streamlined Solicitation for Commercial Items, 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 notice is being posted as an avenue to provide Request for Quotes for W912PM-11-T-0027. 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 solicitation is reserved exclusively for small business concerns. The solicitation number is W912PM-11-T-0027, and the solicitation is issued as a Request for Quote (RFQ). The NAICS code is 333911 with a small business size standard of 500 employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53. Description of Requirement: SPECIFICATIONS FOR AMSOIL 1. GENERAL: The contractor shall furnish all labor, material, and equipment to manufacture two (2) each 5,000 gallons per minute penstock and draft tube unwatering pumps and two (2) each 300 gallons per minute station drainage sump pumps with new units and deliver to the John H. Kerr Reservoir in Boydton VA in accordance with the attached specifications and drawings. To view the specifications and drawings, click the "Additional documentation" link below and the.pdf document will be available for download. This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.arnet.gov/far or http://farsite.hill.af.mil. 52.202-1, Definitions 52.203-3, Gratuities 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government, Alternate 1 52.204-4, Printed or Copied Double-Sided on Recycled Paper 52.204-7, Central Contractor Registration 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.211-6, Brand Name or Equal 52.212-1, Instructions to Offerors--Commercial Items 52.212-2, Evaluation--Commercial Items 52.212-3, Offeror Representations and Certifications--Commercial Items (complete and return with quote) 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-20, Walsh-Healey Public Contracts Act 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons, Alternate I 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act-Supplies 52.225-2, Buy American Act Certificate 52.225-5, Trade Agreements 52.225-6, Trade Agreements Certificate 52.225-13, Restrictions on Certain Foreign Purchases 52.225-18, Place of Manufacture 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-2, Service of Protest 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.242-13, Bankruptcy 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration, Alternate A 252.211-7003, Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7000, Buy American Act--Balance of Payments Program Certificate 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.246-7000, Material Inspection and Receiving Report Evaluation Factors: Award will be made to the lowest priced, technically acceptable offer. 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; offeror's 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 10:00AM, EASTERN DAYLIGHT TIME, 21 September 2011. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. They may also be submitted on letterhead and faxed to the attention of the Contract Specialist, Bruce Helms 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 vie email; Bruce.A.Helms@usace.army.mil or by fax at (910) 251-4454.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1444a4e7a42ba210f288399efc627f2f)
 
Place of Performance
Address: USACE Wilmington District, John H. Kerr Powerhouse, 5460 Buggs Island Road, Boydton VA
Zip Code: 23917
 
Record
SN02575968-W 20110916/110914235817-1444a4e7a42ba210f288399efc627f2f (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.