Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
MODIFICATION

20 -- Inspection and Recondition on One Propulsion Tail Shaft for Dredge Wheeler

Notice Date
4/24/2014
 
Notice Type
Modification/Amendment
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-14-T-0036
 
Response Due
5/8/2014
 
Archive Date
6/23/2014
 
Point of Contact
Bennetta Hamilton, 504-862-1079
 
E-Mail Address
USACE District, New Orleans
(bennetta.a.hamilton@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. 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 No. W912P8-14-T-0036 is being issued as a Request for Quote (RFQ). This solicitation is 100% Small Business Set-aside The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-72. The NAICS Code for this procurement is 332999 and the size standard is 700 employees. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13.5 - Simplified Acquisition Procedures. REQUIREMENT: The U.S. Army Engineer, District New Orleans, Louisiana. has a requirement for Inspection and Recondition of One Propulsion Tail Shaft for the Dredge Wheeler. The Contractor shall provide all transportation, facilities, labor, materials, equipment, supplies, and supervision to pick up, inspect, recondition, and deliver one (1) propulsion tail shaft in accordance with the following paragraphs, and deliver the items listed on the bid schedule in accordance with the attached specifications and drawings. Detailed specifications and delivery information is provided on the attachment posted with this solicitation under the Additional documentation link toward the bottom of this announcement. SEE ATTACHED BID SCHEDULE FOR DESCRIPTION AND QUANTITY. Quotes received will be evaluated based on FAR Clause 52.212-2 Evaluation--Commercial Items (Jan 1999). The clause will be incorporated into the solicitation and shall be as follows: (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer 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 1. Technical Acceptability is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the specifications, 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: Prospective offerors must submit along with their bid The offerors repair facility shall be approved by the American Bureau of Shipping for repair and cladding of ABS Grade 4 shafts, and shall have the proper machinery and equipment for rotating, measuring, and machining a shaft of the following size and description. A copy of the facility's record of ABS approval shall be provided to the contracting officer prior to award of the contract. (b) TAILSHAFT DESCRIPTION - The tail shaft weighs approximately 24,500 lbs., and is 47 feet, 2.07 inches in length. The details are given on Propulsion Systems Inc. drawing no. 21965, revision M. Failure to submit this required information will render the bid non-responsive, and will result in the bid being dismissed. 2. Past Performance- to demonstrate satisfactory past performance the offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope and complexity, performed within the last three (3) years including references, with names and contact information of the references who can verify such past performance. 3. Price. All quotes submitted will be evaluated for Technical Acceptability, Satisfactory Past Performance & 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 to be determined technically acceptable & demonstrates satisfactory past performance. It is incumbent upon the offeror to submit sufficient information for the Government to determine technical acceptability, satisfactory past performance and 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. The following FAR Clauses apply to this acquisition: 52.204-7 System for Award Management 52.212-1 Instructions to Offerors--Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) 52.225-13 Restrictions on Certain Foreign Purchases 52.227-14 Rights in Data--General 52.233-3 Protest After Award 52.242-15 Stop-Work Order 52.244-6 Subcontracts for Commercial Items 52.245-1 Government Property 52.246-16 Responsibility For Supplies 52.246-20 Warranty Of Services 52.249-8 Default (Fixed-Price Supply & Service) 52.252-2 Clauses Incorporated By Reference 52.252-6 Authorized Deviations In Clauses 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representations and Certification-Commercial Items 52.212-5 Contract Terms and Conditions Required to Emplement Statues of Executive Orders- commercial Items 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: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing Of Contract Modifications 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items 252.246-7000 Material Inspection And Receiving Report 252.247-7023 Alt III Transportation of Supplies by Sea (JUN 2013) Alternate III 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 W912P8-14-T-0036 are to be submitted via email to Bennetta.a.hamilton@usace.army.mil by 24 April 2014. QUOTATION DUE DATE: Written quotes must be received no later than 08 May 2014 at 12:00 pm CST. Quotes should be e-mailed to Bennetta.a.hamilton@usace.army.mil. DELIVERY: FOB Destination. Within four (4) months after an award, the Contractor shall deliver the supplies to the Government Services Administration Warehouse located at 400 Edwards Ave., Bay B-1, Harahan, LA 70123. The Government will provide hoisting arrangement at the warehouse. The supplies shall be packed in protective crates with proper identification. Refer to the attached specifications for packaging details. NOTES: 1) Contractor must be registered in SAM to receive an award. Lack of registration in the SAM database will make an offeror ineligible for award. 2) Offerors must provide Representations and Certifications 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-14-T-0036/listing.html)
 
Place of Performance
Address: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
 
Record
SN03347830-W 20140426/140424235010-08eda87bce59ec418521997771af8b92 (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.