Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2013 FBO #4298
SOLICITATION NOTICE

N -- FURNISH, INSTALL, CALIBRATE & TEST PLC MODULES & LAN MODULE ABOARD THE DREDGE HURLEY

Notice Date
8/29/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-13-Q-0058
 
Response Due
9/4/2013
 
Archive Date
10/28/2013
 
Point of Contact
SIERRA S. MARSHALL, 901-544-3614
 
E-Mail Address
USACE District, Memphis
(sierra.s.marshall@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. The solicitation number is W912EQ-13-Q-0058 and is being issued as a Request for Quote (RFQ). An official copy of the solicitation can be viewed by logging onto www.acquisition.army.mil.asfi/gov. This acquisition is being issued as a 100% small business set aside. The associated NAICS code is 811219 with a size standard of $7.0. All responsible sources may submit a quote, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through email, or by facsimile. Regardless of method of delivery, it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the below listed items to be delivered in accordance with the specifications listed below: DESCRIPTION/ SPECIFICATIONS: Contractor shall furnish all labor, materials, tools, equipment, services, transportation, taxes, temporary equipment, structure and payment of all cost incidental and necessary in order to complete the work required to provide, install, calibrate and test a new LAN module and PLC modules aboard the Motor Vessel Dredge Hurley. The Dredge Hurley is located on the Lower Mississippi River (LMR), mile marker 223, near Baton Rouge, Louisiana. CLIN 0001: Provide, install, calibrate and test one (1) new LAN module (531X306LCCBKM2) - Qty. 1 CLIN 0002: Provide, install, calibrate and test two (2) PLC modules (1C660BBD024 / 32 point 12/24 VDC - Qty. 2 Travel shall be paid in accordance with the Joint Travel Regulations (JTR). Quick turnaround is necessary in order for the Government to fulfill its mission. Therefore, all work must be coordinated with the following personnel: Michael Barton - michael.s.barton@usace.army.mil James Wilson - james.e.wilson@usace.army/mil Contractors shall submit quote on company letterhead to include pricing for the requested supply item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax Identification Number, DUNS number, and Cage Code. Questions regarding this combined synopsis solicitation shall be submitted in writing to Sierra Marshall at sierra.s.marshall@usace.army.mil Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil FAR 52.204-7 System for Award Management FAR 52.209-10 Prohibition on Contracting with inverted domestic corporations FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-3 Offeror Representation and Certifications--Commercial Items 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 (Dev) FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-13 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (SAM) FAR 52.233-1 Disputes FAR 52.252-2 Clauses to Incorporate by Reference The following DFARS Clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 System for Award Management, Alternate A DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources of Subcontracting DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7010 Levies on Contract Payments DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III Service Contract Act- During the services performed for the resulting contracts, vendors must ensure they are following the applicable Wage Determinations as found at http://www.wdol.gov/sca. The Wage Determinations for this solicitation; 2005-2231 Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Wednesday, September 4, 2013 NLT 10:00 a.m. (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-13-Q-0058 addressed to Sierra Marshall, Phone (901) 544-3614, Fax (901) 544-3710, email: sierra.s.marshall@usace.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors may register for SAM by registering online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-13-Q-0058/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN03168199-W 20130831/130830000014-1450bf02a08d04af04c9e3882843214b (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.