SOLICITATION NOTICE
56 -- Galvanized Culvert and Pre-Cast Headwalls
- Notice Date
- 7/25/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238120
— Structural Steel and Precast Concrete Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT, PO Box 1070, Nashville, Tennessee, 37202-1070, United States
- ZIP Code
- 37202-1070
- Solicitation Number
- W912P5-14-T-0090
- Archive Date
- 8/14/2014
- Point of Contact
- James W. Purcell, Phone: 6157367674
- E-Mail Address
-
James.W.Purcell@usace.army.mil
(James.W.Purcell@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation W912P5-14-T-0090 is a Request for Quotation (RFQ) for Galvanized Culverts, Culvert Connector Bands, and Pre-Cast Headwalls. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Scope: This purchase order will require the contractor to provide and deliver 12" x 20' galvanized culverts, 12" culvert bands with bolts and 4' pre-cast concrete wing walls with 12" galvanized culvert stub. Specifications: The galvanized culverts shall be 16 gauge material and each culvert shall be 12" x 20'. The galvanized bands shall be 1 to 2 feet in width and shall include all connection bolts. The concrete wing walls shall be a minimum of 36" in height and 48" in width and shall be a pre-cast type wing wall with a 12" 16 gauge galvanized culvert stub for connections and lifting eyes from placement. The quote price shall be for the following quantities listed below. • The vendor shall provide, eighty (80) 12" x 20' 16 gauge galvanized culverts. • The vendor shall provide, forty (40) 18 gauge galvanized culvert bands designed to attach with a 12"galzanized culvert as listed above in #2. The galvanized culvert bands shall include all bolts required for the complete attachment of the band to each culvert. • The vendor shall provide, thirty six (36) 4' precast concrete wing walls. Wing walls shall be approximately 36" in height and 48" in width and shall have a 12" 16 gauge galvanized stub for connections. Wing walls shall have lifting eyes for placement as required. Delivery: The supplier shall be responsible for shipping and delivery of the above listed materials and supplies to Resource Manager, Cordell Hull Lake 71 Corps Lane Carthage Tennessee 37030. The Government will supply a fork lift on site and shall assist with the off loading of all culverts, culvert bands and wing walls delivered on site. The delivery of the materials listed herein shall start after the issuance of an approved purchase order/contract that has been received and signed by the vendor. Final delivery shall be by the completion date as listed on the contract documents. All deliveries shall be scheduled Monday through Friday 8:00 AM to 3:00 PM CST. The delivery of the materials shall not be accepted during inclement weather conditions or Federal Holidays and delivery dates are subject to be cancelled by the Government if warranted. The supplier will be required to contact the Government to schedule proposed delivery date. This acquisition will be awarded to the vendor whose offer represents the best value to the government, based on price, performance and quality. The contract resulting from this solicitation will contain one line item and include any shipping and handling costs as well as the costs of materials. The NAICS Code for this acquisition is 238120, Structural Steel and Precast Concrete Contractors. The SBA small business size standard for this NAICS Code is $15.0 Million in average annual receipts. This is a Small Business Set-Aside. The provisions and clauses incorporated herein may be accessed at the following link(s): http://farsite.hill.af.mil/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html The following FAR provisions and 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 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items. The following FAR clauses are incorporated by reference via 52.212-5: 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.212-26, 52.222-41, 52.223-18, 52.225-13, and 52.232-33. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications The provision at 52.212-2 Evaluation - Commercial Items applies to this acquisition, and subparagraph (a) of the provision is edited as follows: The significant evaluation factors for this acquisition are (1) technical capability of the item offered to meet the Government requirement; and (2) price; in descending order of importance. The following Department of Defense FAR Supplement (DFARS) provisions and clauses apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.204-7004 Alt A System for Award Management Alternate A; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7036 Buy American - Free Trade Agreements - Balance of Payments Program; 252.232-7010 Levies on Contract Payments; and 252.243-7001 Pricing of Contract Modifications. Offerors must be registered in the System for Award Management (SAM) in order to be awarded a contract. The SAM registration process may be accessed at the following link: https://www.sam.gov/portal/public/SAM/#1 Offerors are expected to complete the Offeror Representations and Certifications - Commercial Items as part of the SAM registration process. If you have completed your annual representations and certifications electronically, but need to amend or update any of them for this acquisition; you must print provision 52.212-3, complete it manually, and submit with your offer. Offers are due by 30 July 2014, 2:00 PM CDT. Offers will be accepted via email to james.w.purcell@usace.army.mil ; or via parcel delivery at: USACE, Nashville Contracting Branch, Attn: J.W. Purcell, Room 682, 801 Broadway, Nashville, TN 37203; or via USPS at USACE, Nashville Contracting Branch, Attn: J.W. Purcell, Post Office Box 1070, Nashville, TN 37202-1070. Offerors must reference this solicitation number in the subject line of the email or the return address of the parcel, and include their CAGE Code in the response to this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-14-T-0090/listing.html)
- Place of Performance
- Address: USACE, Cordell Hull Lake, 71 Corps Lane, Carthage, Tennessee, 37030, United States
- Zip Code: 37030
- Zip Code: 37030
- Record
- SN03438222-W 20140727/140725234716-bece6aecf08e93cf8cd2e839a721bd85 (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 |