Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2013 FBO #4309
SOLICITATION NOTICE

54 -- FURNISH & DELIVER PRECAST CONCRETE CULVERT STRUCTURES AND PRECAST ANCHOR BLOCKS - SEEPAGE CANAL - 030113 - USACE JACKSONVILLE DISTRICT, RICHMOND WEST, FLORIDA

Notice Date
9/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-13-T-0048
 
Response Due
9/23/2013
 
Archive Date
11/8/2013
 
Point of Contact
Robert Ellis Screws, 601-631-7527
 
E-Mail Address
USACE District, Vicksburg
(ellis.screws@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. Solicitation Number W912EE-13-T-0048 is being issued as a Request for Quote (RFQ) with the intent to issue a single Firm-Fixed Price Contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 05-69. THIS PROCUREMENT IS BEING COMPETED AS A 100% SMALL BUSINESS SET ASIDE. The NAICS code for this procurement is 327390 - Other Concrete Product Manufacturing - Concrete products, precast manufacturing; Size Standard, 500 Employees. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 -Simplified Acquisition Procedures. The U.S. Army Corps of Engineers, has a requirement to provide all plant, labor, equipment, materials and supplies necessary to furnish and deliver three (3) Precast Concrete Culvert Structures and Precast Concrete Anchor Blocks for the three Culvert Structures. PROJECT SPECIFICATIONS: For Detailed Specifications and Project Drawings reference the attachments posted with this solicitation under the quote mark Additional documentation quote mark link toward the bottom of this announcement: OFFERS MAY BE QUOTED AS FOLLOWS: Line Item 0001, Furnish & Deliver, three (3) Precast Concrete Culvert Structures; Total Line Item Price: $________________. Line Item 0002, Furnish & Deliver, Precast Concrete Anchor Blocks for the three Culvert Structures; Total Line Item Price: $________________. The government intends to make a single award for one lump sum. Offers for less than the required items will not be accepted. The Government intends to award without discussions while reserving the right to hold discussions if determined advantageous to the Government. Offerors are encouraged to provide their best proposed pricing in their initial offer. Clause 52.212-2 - Evaluation Factors - Commercial Items; (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote 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: All quotes submitted will be evaluated for (1)Technical Acceptability, (2)Satisfactory Past Performance & (3)Price. The government will issue award to the offeror whose proposal is the Lowest Price of those determined to meet at least the minimum requirements to be determined Technically Acceptable & Demonstrates Satisfactory Past Performance. (1) Technical Acceptability; is defined as the documented capability to meet the minimum requirements of the project as specified in this Solicitation and the attached Scope-of-Work (SOW), including evidence of the offeror's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule. To be determined Technically Acceptable Offerors Shall Submit the following with their quote package; (A) Evidence of Technical Capability, including documentation of the experience of the company completing contracts of a similar type, size, scope & complexity and/or experience of key personnel and crew including resumes, equipment lists, etc. and/or any other information to enable the Government to determine the company's technical qualifications. (B) In addition offeror's Shall also Specifically Submit for technical evaluation: (1) Proposed Concrete Mix Designs. (2) Conceptual Level Drawings of the Proposed Culvert Control Structures detailing the structure's overall layout and dimensions. (C) Offerors Shall Submit, with their quote package, a project completion timeline/schedule and certify with their quote that they are capable of completing delivery on or before 31 October 2013. (2) Satisfactory Past Performance; to demonstrate satisfactory past performance the offeror shall submit documentation of satisfactory performance on past or current contracts involving contracts of a similar type, size, scope and complexity, as well as, provide references, including names and contact information of references who can verify past performance. Past performance information of key personnel and crew may be provided if the company has limited or no past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated as neutral on Past Performance, providing the offeror supplies a certified statement with their offer that no past performance information is available. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the offeror. It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical acceptability, satisfactory past performance and proposed price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. SAM Registration: Pursuant to FAR Provision 52.204-7, prior to award offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Before a complete evaluation of your proposal can be made offerors must provided quote mark Offeror Representations and Certifications quote mark for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration, must print complete and include FAR Clause 52.212-3, Offeror Representations and Certifications - with their quote package. The following FAR Clauses & Provisions apply to this acquisition: FAR 52.204-7 System for Award Management; 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 52.203-6 Alt I Restrictions on subcontractor sales to gov't; FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Set Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on subcontracting; 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 52.222-35 Equal Opportunity Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment reports on Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relation Act; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; 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 Representative; DFARS 252.203-7000 Requirement Relating to compensation of former DoD officials; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.209-7001 Disclosure of Ownership or Control by Government of a Terrorist Country; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea; 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-13-T-0048 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 the 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-13-T-0048 The Bidder/Offeror Inquiry Key is: STQ285-2KB9EV Bidders/Offerors are encouraged to submit questions at least 3 days 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. Notes to Offerors: Quotes are due Monday, 23 September 2013 not later than 14:00 CST. 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. You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the FedBizOpps web site often for a new solicitation and/or modifications to this solicitation. Quotes are due Monday, 23 September 2013, not later than 14:00 CST 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-13-T-0048 to the Attn. of R. Ellis Screws, Vicksburg District Contracting Office, CEMVK-CT-S.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-13-T-0048/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN03180224-W 20130911/130909235603-44c61224de0ddd9400919ee986c00e88 (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.