Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2014 FBO #4480
SOLICITATION NOTICE

20 -- Remove, Overhaul and Replace Engines for the Motor Vessel Ward

Notice Date
2/27/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) 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-14-Q-0019
 
Response Due
3/14/2014
 
Archive Date
4/28/2014
 
Point of Contact
Jackie Primer, 1-901-544-3340
 
E-Mail Address
USACE District, Memphis
(jackie.primer@mvm02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. A written solicitation will not be issued. The U.S. Army Corps of Engineers, Memphis District anticipates awarding a FFP contract for a contractor to provide removal, rebuild, and re-install two (2) marine generator engines located on the M/V Ward at Ensley Engineer Yard (EEY), 2915 Riverport Road, Memphis, TN 38109 in accordance with the Performance Work Statement- SEE ATTACHED DOCUMENT. This acquisition is an unrestricted procurement. The associated NAICS code is 333618 with a size of 1,000 personnel. All responsible sources may submit at quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a quotation for each line item with unit cost and total cost. 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 52.212-1 - Instructions to Offerors-Commercial Items. FAR 52.212-2, Evaluation - Commercial Items, Blank space shall read: 1. Price, 2. Past Performance Basis of Award - The Government will award a contract, from this solicitation to the responsible Offerors whose offer conforming to the solicitation will be most advantageous to the Government based on past performance and price. Offerors' price quote will be evaluated to determine price reasonableness. Prices which are excessively high or low may be considered unrealistic and unreasonable may receive no further consideration. (Paragraph 2)A formal review of past performance will not be conducted on this requirement. However, this order will be evaluated to assure that orders are not provided to debarred contractors. In addition, contractors with known performance issues identified in determining the contractor's responsibility per FAR Part 9 will be brought to the attention of the Contracting Officer and may be considered in making the awards. FAR Part 9, Contractor Qualification, requires that purchases shall be made from, and contracts shall be awarded to, responsible prospective contractors only. 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 ; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; 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; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-28, Post Award Small Business Program Rerepresentation; 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 for Veterans; FAR 52.222-36, Affirmative Action For Workers With Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50 ALT 1, Combating Trafficking in Person Alternate 1; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.203-11, Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions; FAR FAR 52.229-3 Federal, State and local taxes; FAR 52.242-13, Bankruptcy; FAR 52.252-2 Clauses to Incorporate by Reference; DFAR 252.225-7002 Qualifying Country Sources of Subcontracting; FAR 52.203-3, Gratuities; FAR 252.225-7001, Buy American Act and Balance of Payments Program; FAR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.243-7002, Requests for Equitable Adjustment; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper; FAR ; DFAR 252.209-7004, Subcontracting With Firms, That Are Owned or Controlled By The Government of a Terrorist Country; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.203-7000, Requirement Relating to Compensation of Former DoD Officials; DFAR 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFAR 252.204-7007 Alternate A, Annual Representations and Certifications; DFAR 252.209-7002, Disclosure of Ownership or Control by a Foreign Government; DFAR 252.225-7000, Buy American--Balance of Payments Program Certificate; DFAR 252.225-701, Preference for Certain Domestic Commodities; DFAR.232-7010, Levies on Contract Payments; DFAR 252.244-7000, Subcontracts for Commercial Items; Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by March 14, 2013 no later than 1:00 PM local time at 167 N. Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-14-Q-0019 addressed to Jackie Primer, Contract Specialist, Phone (901) 544-3340, Fax (901) 544-3710, email address jackie.primer@usace.army.mil. Vendors not registered in Systems for Awards Management (SAM) prior to award will not be eligible for award. Vendors may register for SAM by calling 1-888-227-2423or register online at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-14-Q-0019/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN03298646-W 20140301/140227234833-bbc34e3d8dacfbfe19179df048cf9107 (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.