Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOLICITATION NOTICE

20 -- Ballast System Control and Monitoring Equipment - Gatelifter Upgrade Drawings - Statement of Work - ABS Documentation

Notice Date
6/30/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
DTSL5516Q0155
 
Archive Date
8/3/2016
 
Point of Contact
Patricia L. White, Phone: (315) 764-3236
 
E-Mail Address
patricia.white@dot.gov
(patricia.white@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
B-925-S5-0-1 B-925H-S9-0-3 B-925H-S9-0-2 B-925H-S9-0-1 101-978 99-760 Statement of Work Final Documentation Damcos 3217-002-32 3217-002-28 3127-002-35 3127-002-09 3127-002-08 3127-002-05 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; quotes (offers) are being requested and a written solicitation will not be issued. Solicitation number DTSL5516Q0155 is issued as a request for quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. The applicable NAICS code is 334513 and the size standard is 750 employees. This project is to provide the gatelifter ballast system control and monitoring equipment in accordance with the attached statement of work. The gatelifter, "Grasse River", is a 150 ft. long x 65 ft. wide x 12 ft. deep derrick/crane barge which was built by the American Ship Building Company in 1957. The Saint Lawrence Seaway Development Corporation (SLSDC) will evaluate quotations on the following factors: system conformance with the requirements; company experience on similar types of systems; and price. The SLSDC intends to install the equipment utilizing their own personnel; however, if this is not feasible due to project schedules, the successful offeror will have the option to provide a quotation for installation. The gatelifter is located at the SLSDC Maintenance/Marine Base at 251 Fregoe Road, Massena, NY. Delivery terms are FOB Destination to the Saint Lawrence Seaway Development Corporation Attn: Receiving Warehouse, 251 Fregoe Road, Massena, NY 13662 by October 31, 2016. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous (best value) to the SLSDC based on the above evaluation factors. Technical and past performance are equal to price. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.223-16, Acquisition of EPEAT Registered Personal Computer Products; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.232-36, Payment by Third Party. Other applicable FAR provisions and clauses include 52.204-7, System for Award Management (Jul 2013); and 52.204-13, System for Award Management Maintenance (Jul 2013); 52.204-18, Commercial and Entity Code Maintenance (Jul 2015); 52.227-14, Rights in Data - General (May 2014); 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (Dec 2013). Response date for receipt of offers/quotes is by 3:00 pm EST, Thursday, July 14, 2016. Quotes shall be sent to Patricia White, Contracting Officer, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to patricia.white@dot.gov. This is a total small business procurement. All responsible offerors may submit a quote which shall by considered by the Saint Lawrence Seaway Development Corporation. The Government contemplates award of a firm, fixed price contract resulting from this solicitation. Offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Full text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL5516Q0155/listing.html)
 
Place of Performance
Address: 251 Fregoe Road, Massena, New York, 13662, United States
Zip Code: 13662
 
Record
SN04168473-W 20160702/160701000020-0f06f30f25f39bca42133a4a2a512759 (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.