Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2015 FBO #4800
MODIFICATION

J -- Raw Water Pump Repair/Rebuild/Replacement

Notice Date
1/13/2015
 
Notice Type
Modification/Amendment
 
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-15-Q-0009
 
Response Due
1/16/2015
 
Archive Date
3/14/2015
 
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
***The purpose of this modification is to include a revision to the Performance Work Statement (PWS) in section 1.5 Scope.*** 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-15-Q-0009 and is being issued as a Request for Quote. This procurement is 100% Small Business Set-Aside. The associated NAICS code is 811310 with the small business standard of $7.5M. 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 (USACE), Memphis District has a service requirement the replacing/rebuilding of two (2) generators raw water pumps. The pumps are located at Huxtable Pumping Plant near Marianna, AR. Please see the Additional Info: Additional Documentation for a copy of the Performance Work Statement (PWS) Site Visit: It is highly recommended that contractors attend the scheduled site visit prior to submitting a quote. Site visit is scheduled for, 10:00 AM CST, January 15, 2015 at Huxtable Pumping Plant located at 5825 Lee Road 501, Marianna, AR 72360. Interested parties may e-mail their name and company information to, Sierra.S.Marshall@usace.army.mil, no later than 4 P.M. CST on January 14, 2015. The secondary contact is Marco Goodman. Email information is as follows: Marco.D.Goodman@usace.army.mil. All contractors and government personnel will meet at the main office building at Huxtable Pumping Plant. *NO OTHER SITE VISITS WILL BE OFFERED. SITE VISIT WILL BEGIN PROMPTLY AT 10AM (CST) CURRENT LOCAL TIME. 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. Service Contract Act - During the services performed for the resulting contracts, vendors must ensure they are following the applicable Wage Determinations as found at http://www.wdol.gov/sca. Contractors shall submit quote on company letterhead to include pricing for the requested service items, with its unit price, extended price, 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 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance 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 52.212-3 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 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-99 Establishing a Minimum Wage for Contractors (Dev) 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 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-1 Disputes FAR 52.237-1 Site Visit 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 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product 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 Item Unique Identification and Valuation DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources of Subcontracting DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 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 Friday, January 16, 2015 no later than 2:00 PM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-15-Q-0009 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 811310 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-15-Q-0009/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN03615094-W 20150115/150113234822-e9c623f4af92d367a71389ec00a26acc (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.