MODIFICATION
95 -- Wide Flange Beams - W6x25
- Notice Date
- 8/25/2014
- Notice Type
- Modification/Amendment
- NAICS
- 331221
— Rolled Steel Shape Manufacturing
- Contracting Office
- USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-14-Q-0055
- Response Due
- 8/28/2014
- Archive Date
- 10/24/2014
- 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-14-Q-0055 and is being issued as a Request for Quote. This procurement is 100% Small Business Set-Aside. The associated NAICS code is 331221 with the small business employee size standard of 1000. All responsible sources may submit a 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 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/ STATEMENT OF WORK: The U.S. Army Corps of Engineers, Memphis District has a requirement for the supply and delivery of Wide Flange Beams - W6x25 (10ft lengths, prime-coated and painted) Materials shall be delivered to Ensley Engineer Yard, 2915 Riverport Road, Memphis, Tennessee, 38109 and St. Francis Levee District of Arkansas, 4600 East Service Rd., West Memphis, AR 72301. CLIN 0001 - Wide Flange Beam - W6x25 (10-foot sections, prime-coated and painted) (Quantity: 500 each) SCOPE a.The W6x25 sections shall be in 10-foot lengths. Each section shall be cleaned, prime coated and painted. The material used shall conform to ASTM A992. The work consists of furnishing and delivering the W6x25 sections. b.All metal shall be power tool or brush-off blast cleaned, then given one coat of zinc oxide primer in accordance with SSPC-Paint 20. Metal will then be given two (2) coats of yellow exterior alkyd gloss enamel in accordance with SSPC-PA-1 and MPI #9. Drying time between coats shall be in accordance with paint manufacturer's recommendations. APPLICABLE PUBLICATIONS a.The publications listed below form a part of this specification to the extent referenced. -American Society of Testing and Materials (ASTM) Publications A992 Standard Specification for Structural Steel shapes -The Society for Protective Coatings Paint Specification No. 20 (SSPC-Paint 20) Zinc-Rich Coating -The Society for Protective Coatings Paint Specification No. 1 (SSPC-PA 1) Shop, Field and Maintenance Painting of Steel -Masters Painters Institute, Inc. (MPI #9) Alkyd, Exterior Gloss (MPI Gloss Level 6) DELIVERY a.The material to be supplied under this purchase order shall be delivered F.O.B. as follows: b.Three hundred (300) of the sections shall be delivered to Ensley Engineer Yard, 2915 Riverport Road, Memphis, Tennessee, 38109; via a flatbed truck or flatbed trailer (enclosed conveyance is not acceptable). Prior to shipment, the Contractor shall provide a minimum of 48 hours advance notice of delivery to the Government by contacting the following personnel: Andrea Williams (901/299-1414 and Vickie Watson (901/544-3986) or Laura Rowland (901/544-4018). c.Two hundred (200) of the sections shall be delivered to the St. Francis Levee District of Arkansas, 4600 East Service Rd., West Memphis, AR 72301, via a flatbed truck or flatbed trailer (enclosed conveyance is not acceptable). Prior to shipment, the Contractor shall provide a minimum of 48 hours advance notice of delivery to the Government by contacting the following personnel: Junior Ainsworth (901/647-9728) and Vickie Watson (901/544-3986) or Laura Rowland (901/544-4018). d.The Contractor shall begin delivery within thirty (30) days after issuance of the purchase order by the Government, and shall deliver all steel within sixty (60) days after issuance of the purchase order by the Government. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email to Sierra Marshall at sierra.s.marshall@usace.army.mil. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Contractors shall submit quote on company letterhead to include pricing for the requested service items, with its unit price, extended price, freight (delivery) charge, total price, delivery date, prompt payment terms, remittance address, Tax Identification Number, DUNS number, and Cage Code. Contractor shall submit completed clause 52.212-3, Offerors 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 can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.204-7 System for Award Management FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note) 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 purchase order, from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government based on 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) Past performance will be evaluated to demonstrate successful past performance of work similar in scope to this requirement. Offerors may be required to submit past performance history relating to work that is of similar scope if there is no record of past performance with the Memphis District. Work which is considered similar in scope includes supply & delivery of metal/steel or similar 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 52.219-28 Post Award Small Business Program 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 for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans 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 FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (SAM) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 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 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (NOV 2013) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014). DFARS 252.211-7003 Identification and Valuation DFARS 252.223-7008 Prohibition of Hexavalent Chromium 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 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Thursday, August 28, 2014 no later than 1:00 PM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-14-Q-0055 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 must also be registered in SAM under the applicable NAICS code as indicated in this RFQ to be considered for award. Vendors may register for SAM 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-14-Q-0055/listing.html)
- Place of Performance
- Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
- Zip Code: 38103-1894
- Zip Code: 38103-1894
- Record
- SN03478777-W 20140827/140825235626-7618ebe0169300efb5232aa0dacef276 (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 |