Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2016 FBO #5284
SOLICITATION NOTICE

40 -- Wire Rope - W912ES-16-T-0070 Wire Rope

Notice Date
5/10/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-16-T-0070
 
Archive Date
6/10/2016
 
Point of Contact
Laura D. Nabity, Phone: 651-290-5406
 
E-Mail Address
laura.d.nabity@usace.army.mil
(laura.d.nabity@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
A requirement for wire rope exists for the Fountain City Service Base. The use of this wire rope will be for hoisting the Tainter Valves. Two spools, each containing a continuous 560 feet with a 1 inch diameter with no end terminations, are needed. The wire rope must conform to ASTM A1023, FS RR-W-410, and the Wire Rope User’s Manual standards. The construction shall be right regular lay 6 x 36 IWRC Preformed, pre-stretched, galvanized extra improved plow steel wire rope. See SOW/Specifications. This fixed price contract is for furnishing and delivering two (2) spools of one-inch diameter wire rope to the Fountain City Service Base by June 15, 2016. Each spool shall contain 560 continuous linear feet of wire rope. Wire rope shall be identical between the two spools. See wire rope requirements listed on the Statement of Work/Specifications for diameter, construction, breaking strength, and length. 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; quotations are being requested and a separate written request for quotations will not be issued. (1) W912ES-16-T-0070 is issued as a request for quotation (RFQ). (2) The RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, Effective 07 March 2016. (3) This RFQ is being conducting using restricted competition - total Small Business set-aside under NAICS code 333923 with a business size standard of 1,250 employees. (4) Contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): See W912ES-16-T-0070. (5) Description of requirements for the items to be acquired: See W912ES-16-T-0070. (6) Date(s) and place(s) of delivery and acceptance and FOB point: Fountain City Service Base, 431 North Shore Drive, Fountain City, WI 54629-0397. Delivery and installation: Monday through Friday 8:00 AM - 3:00 PM CDT excluding Federal Holidays. Delivery notification required 48 prior to delivery date and wire rope must be delivered on or before 15 June 2016. FOB Destination. (7) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (8) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. Award will be made to the lowest price offer conforming to the RFQ. A vendor must provide a price on all items in this solicitation to be eligible for award. The Government will make one award based on an "All or None" basis. Offers shall be evaluated in accordance with FAR Part 13 - Simplified Acquisition Procedures. Offers will be evaluated using simplified acquisition procedures of FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible contractor whose offer, conforming to the solicitation, will be most advantageous to the Government. Award will be made to the lowest priced technically acceptable offer. The following factors will be used to evaluate offers: Price with the ability to meet the delivery date and Past Performance. Past performance will be evaluated in accordance with Clause 252.213-7000. (9) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this acquisition. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through https://www.acquisition.gov or https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. (10) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (11) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. There are additional FAR clauses cited in the clause which can be found in W912ES-16-T-0070. (12) Additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: None. (13) Defense Priorities and Allocations System (DPAS) and assigned rating: Not applicable. (14) The date, time, and place offers are due: 11:00 AM CDT, 18 May 2016 via email to laura.d.nabity@usace.army.mil. (15) Contact Laura Nabity at laura.d.nabity@usace.army.mil for information regarding the RFQ. INSTRUCTIONS TO OFFERORS To assure timely and equitable evaluation of quotes, contractors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Quoters are encouraged to ask any questions regarding this solicitation. Technical related questions will be accepted up to 72 hours prior to the close of the solicitation. This requirement is for the acquisition of commercial items and/or services. Submit an electronic proposal to Laura.D.Nabity@USACE.army.mil You may also deliver hand carried offers to 180 5th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date stated above. Quote Preparation Instructions NOTE: All Contractor quotes with company identifying information (name, logo, stamp, etc...) shall be limited to the cover page only on all submitted information, including technical submittals and schedules provided with the quote. 1. Contractors shall complete blocks 12 (if applicable), 17a, 30a, 30b, and 30c on page 1 of the SF 1449 or submit alternate document(s) containing comparable information sufficient to allow for a determination of technical sufficiency and price acceptability. In doing so, the contractor accedes to the contract terms and conditions as written in the Solicitation, with attachments. 2. Contractors shall complete and submit the Schedule of Items by inserting proposed unit ("UNIT PRICE") and Total price for each CLIN. Please note that a price must be entered on all CLINS as partial quotations will not be accepted. Total contract price includes delivery. 3. Prior to award contractor must be registered with the System for Award Management System (SAM) database at http://www.sam.gov. 4. The U.S. Army Corps of Engineers, as part of the Federal Government, is tax exempt. Federal Tax ID #62-1642142. Electronic Quote Format All quote information shall be provided on, or formatted to, standard paper size. Electronic proposals provided via e-mail shall be submitted in Microsoft Word or Excel format or Adobe Acrobat (.pdf) as applicable. It may be necessary to send multiple emails to keep the e-mail within the firewall size of 8MB. Quotes sent in multiple e-mails shall be numbered to include the total sent, for example "E-mail 2 of 6." Exchanges with Offerors after Receipt of Offers/Quotes/Proposals Contractors may be asked to clarify certain aspects of their offer/quote/proposal. Clarification conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for revision. The Government intends to award a contract without discussions with respective contractors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. Offers are due no later than 18 May 2016 at 11:00 AM Central Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-16-T-0070/listing.html)
 
Place of Performance
Address: 431 North Shore Drive, Fountain City Service Base, Fountain City, Wisconsin, 54629, United States
Zip Code: 54629
 
Record
SN04111836-W 20160512/160510234752-03f984830bcb5ba130795f44dcd3c695 (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.