Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
SOLICITATION NOTICE

B -- Soil Lab Testing - SOW and Wage Determination for Soil Lab Testing

Notice Date
3/30/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, North Carolina, 28403-1343, United States
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM-16-T-0015
 
Archive Date
4/22/2016
 
Point of Contact
Rosalind Shoemaker, Phone: 9102514436
 
E-Mail Address
ros.m.shoemaker@usace.army.mil
(ros.m.shoemaker@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination SOW for Soil Lab Testing This notice is being posted as an avenue to provide Request for Quotes, W912PM-16-T-0015. In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. This is a combined synopsis/solicitation. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This will be a 100% set-aside for Small Business procurement. The solicitation number is W912PM-16-T-0015, and the solicitation is issued as a Request for Quote (RFQ). The NAICS code is 541380 with a small business size standard of $15,000,000.00. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-87. Description of Requirement: The Wilmington District of the U.S. Army Corps of Engineers requires a contractor to perform soils laboratory testing. Forty vibracore borings will be drilled by the USACE S/B Snell in a borrow area located approximately 4-miles offshore of Murrells Inlet. An estimated 172 soil samples are submitted for particle size analysis and visual percent shell and limestone rock classification. Hydrometer analysis will be conducted on no more than nine (9) of the submitted samples. The test results will be used by Wilmington District USACE for evaluating the sand resources remaining within the project borrow site. Evaluation and Award: 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. Award shall be made to the lowest priced technically acceptable offer. Technical acceptability shall be defined as evidence of: PAST EXPERIENCE: a) Offerors are required to submit prior experience of recent and relevant contracts/projects. Contracts/Projects can be performed with Federal, State, local or private companies. Government contracts are preferred but not required. b) Contracts/Projects that are relevant are defined as those that are similar to the requirements of the Statement of Work (SOW). Contracts/Projects that are recent are defined as those that have been completed within the last five (5) years. c) A minimum of two (2) contracts/projects shall be provided to include: contract number, title of project, detailed description of work performed, and Point of Contact. Please do not submit more than five (5)contracts/projects. d) In order for an Offeror to be determined technically acceptable, the offeror must show previous experience with the type of work described in the SOW. Offerors must show previous experience on a minimum of two (2) contracts/projects. Performance period: The period of performance is 45 days from receipt of contract. Place of performance: The place of performance Horry County, SC Service Contract Act Wage Determinations: 2015-2393, Revision -2, Dated 12/29/2015 The Contractor is responsible to refer to the above wage decision. The Government will attach the latest version to the contract upon award. This will be firm-fixed-price contract action. DETAILED PRICING SCHEDULE - LINE ITEM # Description Quantity Unit Unit Price Total 0001 Soil Lab Testing 1 Job Total: To view the attached documentation for this requirement: - Scroll toward the bottom of this solicitation. - Click the "Additional documentation" link below the Additional Information Heading. - Open ALL the attached PDF documents. This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.202-1, Definitions 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1, Instructions to Offerors--Commercial Items 52.212-3, Alternate I, Offeror Representations and Certifications--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 52.219-1 Alt I, Small Business Program Representation 52.219-6, Notice of Total Small Business Set-Aside 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50, Combatting Trafficking in Persons 52.223-3, Hazardous Material Identification and Material Safety Data 52.223-5, Pollution Prevention and Right-to-Know Information 52.225-13, Restrictions on Certain Foreign Purchases 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.232-23, Assignment of Claims 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-37, Multiple Payment Arrangements 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-1, Disputes 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes -Fixed Price 52.246-16, Responsibility for Supplies 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 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 252.204-7006, Billing Instructions 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure Information to Litigation Support Contractors 252.223-7001, Hazard Warning Labels 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 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 252.244-7000, Subcontracts for Commercial Items 252.246-7003, Notification of Potential Safety Issues 252.247-7023, Transportation of Supplies by Sea 52.000-4028 INFORMATION TO ALL CONTRACTORS System for Award Management (SAM) and Electronic Funds Transfer (EFT) (Wilmington Local Instruction Feb 2013) 1. All contractors must register in the System for Award Management (SAM) database before they can be awarded a contract. You may register at http://www.sam.gov. SAM information or help is also available by calling 866-606-8220. 2. Public Law 104-134 requires the use of Electronic Funds Transfer (EFT) for all Federal payments. EFT information will be pulled from your SAM by the USACE FINANCE CENTER, 5720 INTEGRITY DRIVE, MILLINGTON, TN 38054-5005 for contractor payments. (End of Local Instruction) 52.0201-4001 UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT OR OTHER PERSONNEL The Contractor shall not accept any instructions issued by any person, employed by the Government or otherwise, other than the Contracting Officer or the Contracting Officer's Representative (COR) acting within the limits of the COR's Authority. See the Contracting Officer's Representative clause of this contract. (End of Instruction) 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acquisition.gov/far (End of clause) AT/OPSEC Info Access and General Protection/Security Policy and Procedures. All contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation/facility access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any installation or facility change, the Government may require changes in contractor security matters or processes. For contractors who do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05 / AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative, as NCIC and TSDB are available), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. Pre-screen candidates using E-Verify Program. The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award." *When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their Quote in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror's complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted via email at ros.m.shoemaker@usace.army.mil. Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. QUOTES ARE DUE NOT LATER THAN 2:00PM, EDT, 07 APRIL 2016. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY via email at ros.m.shoemaker@usace.army.mil. They may also be submitted via U.S. Mail, courier service, or hand-delivered to the attention of the Ros Shoemaker, 69 Darlington Avenue, Wilmington, NC 28403. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote. The Government reserves the right to cancel this solicitation. This announcement and written request for Quote constitutes the only Request for Quote that will be made for this requirement. Electronic Quotes are now being accepted via email: ros.m.shoemaker@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/32457f76a36ee5bbd6ddcfd8ba418698)
 
Place of Performance
Address: Horry County, SC, United States
 
Record
SN04067885-W 20160401/160330235124-32457f76a36ee5bbd6ddcfd8ba418698 (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.