Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2011 FBO #3679
SOLICITATION NOTICE

20 -- PURCHASE OF (7) OUTBOARD BOAT MOTORS, U.S. ARMY CORPS OF ENGINEERS, VICKSBURG DISTRICT (MVK).

Notice Date
12/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-12-T-0003
 
Response Due
12/22/2011
 
Archive Date
2/20/2012
 
Point of Contact
Robert Ellis Screws, 601-631-7527
 
E-Mail Address
USACE District, Vicksburg
(ellis.screws@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. Solicitation Number W912EE-12-T-0003 is being issued as a Request for Quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 05-54. THIS PROCUREMENT IS BEING COMPETED UNRESTRICTED. The NAICS code for this procurement is 333618; size standard 1000 Employees, for a Firm Fixed Price contract. The U.S. Army Corps of Engineers, Vicksburg District has a requirement to Supply and Deliver up to (7) New Yamaha F75 Outboard Motors (or equal equipment). OFFERS MAY BE QUOTED AS FOLLOWS: Line Item 0001, Supply & Deliver Yamaha Outboard Motor or Equal Equipment; Quantity: 7; Unit Price: $__________; Total Line Item Price: $__________. Unit pricing as well as total price shall be included with offers as the final number purchased will be determined by price and available funding. Price should include all associated cost including delivery FOB destination. TECHNICAL SPECIFICATIONS: AS A MINIMUM THE MOTORS SHALL MEET THE FOLLOWING SPECIFICATIONS, 75hp, (remote start, throttle and shift Assembly, side mount with engine shut off lanyard), 4 cyl gasoline engine, 5,000-6,000 RPM, alternator output @ W.O.T 25A, fuel injection, wet sump lubrication, electric starting system, 20in shaft length, standard commercial warranty, including stainless steel 3 blade medium pitch propeller. Offerors must submit technical data for the equipment offered such as brand, model number, year and/or any other pertinent information necessary for the government to make a determination of technical acceptability. DELIVERY RECUIREMENTS: Delivery is desired on or before 30 Dec 2011 however final delivery shall be made no later than 16 January 2011. Inability to meet delivery date may be grounds for rejecting your offer. Offerors must indicate their proposed delivery schedule with their offer. Deliver FOB Destination Monroe Navigation Project Office 3505 South Grand Street Monroe, LA 71202-5273 EVALUATION OF OFFERS: All quotes submitted will be evaluated for Technical Acceptability, Delivery Capability & Price. The government will issue award to the offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements for Technical Acceptability and Delivery as defined above. Pre-Award Submittals; The contractor shall submit sufficient information for Government to determine the technical specifications, delivery schedule and price of the Outboard Motors being offered. Failure to submit sufficient information for the government to determine technical acceptability, delivery schedule or price may be cause for rejection of the quote. ORCA: Before a complete evaluation of quotes can be made offerors must provided "Offeror Representations and Certifications" for their company. The preferred method for completing offeror representations and certifications is to register on the ORCA web site at https://orca.bpn.gov/login.aspx. Offerors not wishing to register online must print complete and include FAR Clause 52.212-3, Offeror Representations and Certifications with their quote package. The government intends to make a single award for one lump sum. Offers for less than the required items requested will not be accepted. The Government intends to award without discussions (while reserving the right to hold discussions if determined advantageous to the Government), and offerors are encouraged to provide their best proposed pricing in their initial offer. CCR: CCR registration is necessary, if you are not registered in the Central Contractor Registration (CCR) database, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Quotes are due Thursday, 22 December 2011 not later than 2:00 p.m. to U.S. Army Corps of Engineers, ATTN: R. Ellis Screws, 4155 East Clay Street, Vicksburg, MS 39183-3435. Quotes may be submitted electronically via email, providing that they are complete and provide all required information to: Ellis.Screws@usace.army.mil. For information concerning this solicitation, contact R. Ellis Screws at (601) 631-7527; E-mail: Ellis.Screws@usace.army.mil. The following FAR Clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation Commercial Items; FAR 52.212-3 Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - and the following clauses cited within that clause: FAR 52.204-10 Reporting Executive compensation and First Tier Subcontract Awards; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-4, Notice of Price evaluation Preference for HUBZone Small Business Concerns.. FAR 52.219-28 Post Award Small Business Program Re-representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.204-7004 (Alt A.) Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); DFARS 252.232-7010 Levies on Contract Payments; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912EE-12-T-0003 are to be submitted via Bidder/Offeror Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid/offer inquiry items, offerors will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click, continue. From this page you may view all bidder inquiries or add inquiry. Bidders/Offerors will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-12-T-0003 The Bidder/Offeror Inquiry Key is: WEAR5A-ZSY14P Bidders/Offerors are encouraged to submit questions at least 1 day prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Special Notes to Offerors: You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the Fed Biz Opps web site often for new solicitation and/or modifications to this solicitation. Quotes are due Thursday, 22 December 2011 by 2:00 PM at the District Headquarters Office located at 4155 Clay Street, Vicksburg, MS 39183-3435. Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. Quotes must be clearly identified for Solicitation No W912EE-12-T-0003 to the Attn. of R. Ellis Screws, Vicksburg District Contracting Office.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-12-T-0003/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN02641717-W 20111221/111219234309-6b42474cd25f653e55495afd1902e20f (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.