Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
SOLICITATION NOTICE

W -- Rental of One Diesel Work Vessel with Operating Personnel OD-R Dredge JADWIN - Package #1

Notice Date
4/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Vicksburg, Attn: CEMVK-CT, 4155 Clay Street, Vicksburg, Mississippi, 39183-3435, United States
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-16-T-0015
 
Archive Date
5/17/2016
 
Point of Contact
Spenlinda Lake, Phone: 6016317905
 
E-Mail Address
spenlinda.l.lake@usace.army.mil
(spenlinda.l.lake@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DATA SHEET FOR DIESEL WORK VESSEL SPECIFICATION CHECKLIST FOR DIESEL WORK VESSEL SOLICITATION FOR RENTAL OF ONE DIESEL WORK VESSEL WITH OPERATING PERSONNEL, OD-R DREDGE JADWIN 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 Number W912EE-16-T-0015 is being issued as a Request for Quote (RFQ) with the intent to award as a Firm -Fixed Price Contract under FAR part 13. The solicitation will be competed as a Total Small Business Set-Aside. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-42. The NAICS Code for this procurement is 532411 Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing (SIC 4499) with a size standard of $32.5M. The U.S. Army Corps of Engineers (USACE), Vicksburg District has a requirement to provide o procure the rental of one diesel work vessel with operating personnel to support the River Operations Branch. PROJECT SPECIFICATIONS: Complete project specifications, Statement of Work, Bidding Schedule, Inspection Worksheet, Data Sheet and any other attachment are posted as an attachment to this solicitation. To access the specification documents click on the "Additional Documentation" link towards the bottom of this posting. EVALUATION AND SELECTION PROCEDURES: The government intends to make one award for one firm fixed price contract. Offers for less than the required delivery will not be accepted. The Government intends to award without discussions while reserving the right to hold discussions if determined advantageous to the Government. Offerors are encouraged to provide their best proposed pricing in their initial offer. 52.212-1 Instructions to Offerors--Commercial Items (Oct 2015) applies to this acquisition. All quotes submitted will be evaluated under Lowest Price Technically Acceptable (LPTA). The government will issue purchase orders to the supplier whose quote is the lowest priced of those determined to meet at least the minimum requirements for capability to perform. For LPTAs, this is done through the establishment of requirements to be evaluated on an "acceptable" or "unacceptable" basis. Proposals are evaluated for acceptability, but not ranked using the non-price factors/subfactors. Capability to Perform is defined as meeting the minimum requirements listed in Price, Technical, and Past Performance listed below. The Government intends to award a single firm-fixed-price purchase order as a result of this Solicitation, and intends to award without discussions. The Government reserves the right to hold discussions if it deems them necessary. Significant factors that will affect contract award are listed below: (1) Price- Price quotes will be examined to determine the extent to which proposed prices are comparable with the Government estimates, and previous procurement history and a determination made of Price Reasonableness. The Government may reject any quote that is determined to be Not Fair and Reasonable, unrealistically high or low in price when compared to Government estimates, or are unbalanced, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the requirements. (2 Technical - In order to be determined to be technically acceptable, the offeror must demonstrate that it possesses experience on contracts of a similar nature, size, scope, and complexity, utilizing a comparable number of personnel with like skills such that the Government can make an affirmative determination that the offeror has sufficient experience to be able to perform the required services satisfactorily. The offeror's proposal must satisfy the Government's minimum requirements which is indicated in the Statement of Work, the specification Checklist (Exhibit A) and Data Sheet (Exhibit B). (3) Past Performance - In order to be determined to be acceptable, the offeror must demonstrate that its firm has had acceptable performance on contracts of a similar nature, size, scope, and complexity, utilizing a comparable number of personnel with like skills. The lack of past performance information will not be evaluated favorably or unfavorably for this factor provided the prospective contractor certifies that additional past performance information is not available and provides an acceptable explanation as to why additional past performance is not available. Prospective contractors must include with their quote all information required by the Evaluation and Selection Procedures above. This procurement may be quoted as indicated in the attachment see the Bid Schedule. SAM Registration: All offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. The following FAR Clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2015) FAR52.212-3, Offerors Representations and Certifications- Commercial Items (Apr 2016) FAR 52.212-4 Contract Terms and Conditions Commercial Items. (May 2015) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items: And the following clause/provision is within that clause: (Mar 2016) FAR 52.225-13 Restriction on Certain Foreign Purchases. (June 2008) FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR 52-222-26 Equal Opportunity (Apr 2015) FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) FAR 52.223-1 Biobased Product Certification (May 2012) FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Sep 2013) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997) FAR 52.223-4 Recovered Material Certification (May 2008) FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Items (May 2008) FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008) FAR 52.228-5 Insurance-Work on a Government Installation (Jan 1997) FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013) FAR 52.252-4 Alterations in Contract. (Apr 1984) The following DFARS Clauses are also applicable to this acquisition: DFARS 252.204-7004 ALT A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) DFARS DFARS 252.201-7000 CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) DFARS 252.232-7010 Levies on Contract Payments. (Dec 2006) Wage Determination: WD 99-0326 (Rev.-23) is to be used for the preparation of bids. The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. TECHNICAL INQUIRIES AND QUESTIONS Technical inquiries and questions relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet at (https://www.projnet.org). Offerors are encouraged to submit questions at least 3 days prior to solicitation due date, in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A prospective vendor who submits a comment /question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet. The Solicitation Number is: W912EE-16-T-0015 The Bidder/Offeror Inquiry Key is: 6AMBNZ-8DG5ST Specific Instructions for ProjNet Bid Inquiry Access: 1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed above. 4. Email. Enter the email address you would like to use for communication. 5. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Note to Offerors: • Quotes are due 02 May 2016 not later than 2:00 p.m. at the USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG, MS 39183-3435, ATTN: Spenlinda Lake. For information concerning this solicitation contact Spenlinda Lake at 601-631-7905 or email at Spenlind.L.Lake@usace.army.mil. • You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. • Offerors should check the FedBizOpps web site often for a new solicitation and/or modifications to this solicitation. • Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. • Proposals must be clearly identified for Solicitation No W912EE-16-T-0015 to the Attn. of Spenlinda Lake, Vicksburg District Contracting Office, CEMVK-CT-S.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-16-T-0015/listing.html)
 
Place of Performance
Address: Mississippi River, Yazoo River, Old, Red, Black, and Ouachita Rivers from the Mississippi River to Camden, Arkansas, and on the White and Arkansas Rivers from the mouth of the White to Little Rock, Arkansas, Mississippi, 39183, United States
Zip Code: 39183
 
Record
SN04085322-W 20160417/160415234032-1403feecb8c45738058b61c81474d321 (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.