Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
SOLICITATION NOTICE

19 -- Dry Dock of the LAWSON

Notice Date
5/3/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-17-T-0007
 
Archive Date
5/31/2017
 
Point of Contact
Nicalus Abner, Phone: 2514416171
 
E-Mail Address
nicalus.a.abner@usace.army.mil
(nicalus.a.abner@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W91278-17-T-0007 is being issued as a Request for Quote (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005‐89 (effective 14 Jul 16) and Defense Federal Acquisition Regulation Supplement 20160630 (effective 30 Jun 16). It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set‐aside acquisition. The North American Industrial Classification System Code is 336611 with a small business size standard of 1250 employees. The government intends to issue a fixed price purchase order. Quoted prices shall include itemized pricing for each Contract Line Item Number (CLIN) as follows: CLIN 0001 - Dry dock the M/V LAWSON for inspection and repair. TOTAL PRICE ______________ AVAILABLE DELIVERY ACCEPTANCE DATE: _____________ DELIVERY ADDRESSES: M/V LAWSON is able to be delivered to an area within a 50 mile radius of Mobile, AL. QUOTATION PREPARATION INSTRUCTIONS: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest‐Price‐Technically‐Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, selfsufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the proposals: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. To be technically acceptable the offeror must include documentation that the items offered meet the salient characteristics of the statement of work. Failure to provide this information will render the offer technically unacceptable and unawardable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs. Offerors are required to fill out and return Federal Acquisition Regulation 52.212‐3, Alternate 1 (attached) ATTACHMENTS: 1. FAR 52.212‐3, Alternate 1 2. Statement of Work 3. Drawings Quotes are due to nicalus.a.abner@usace.army.mil by 2:00 PM Central on 16 May 2017. APPLICABLE CLAUSES/PROVISIONS BY REFERENCE: Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.acquisition.gov. Federal Acquisition Regulation: 52.203‐3, Gratuities, 52.203‐12, Limitation on Payments to Influence Certain Federal Transactions, 52.203‐17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights, 52.204‐4, Printed or Copied Double‐Sided on Postconsumer Fiber Content Paper, 52.204‐7, System for Award Management, 52.204‐13, System for Award Management Maintenance, 52.204‐16, Commercial and government Entity Code Reporting, 52.204‐17, Ownership or Control of Offeror, 52.204‐18, Commercial and Government Entity Code Maintenance, 52.204‐20, Predecessor of Offeror, 52.204‐21, Basic Safeguarding of Covered Contractor Information Systems, 52.209‐10, Prohibition on Contracting With Inverted Domestic Corporations, 52.209‐11, Representation by Corporations Regarding Delinquent Tax Liability or Felony Conviction under any Federal Law, 52.211‐6, Brand Name or Equal, 52.212‐1, Instructions to Offerors‐ Commercial Items, 52.212‐2, Evaluation‐ Commercial Items (See Quotation Preparation Instructions for specific evaluation criteria), 52.212‐4, Contract Terms and Conditions ‐ Commercial Items, 52.212‐5, Contract Terms and Conditions Required to Implement Statues or Executive Orders‐Commercial Items (See below for provisions/clauses that are applicable under this clause), 52.219‐1 Alt 1, Small Business Program Representation, 52.219‐18, Post‐Award Small Business Program Representation, 52.222‐25, Affirmative Action Compliance, 52.222‐41, Service Contract Labor Standards, 52.222‐42, Statement of Equivalent Rates for Federal Hires, 52.225‐25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran ‐ Representations and Certifications, 52.229‐3, Federal, State, and Local Taxes, 52.232‐16, Progress Payments, 52.232‐39, Unenforceability of unauthorized Obligations, 52.232‐40, Providing Accelerated Payments to Small Business Subcontractors, 52.233‐2, Service of Protest, 52.233‐4 Applicable Law for Breach of Contract, 52.236‐13, Accident Prevention, 52.237‐2, Protection of Government Buildings, Equipment, and Vegetation, 52.252‐1, Solicitations Provision Incorporated by Reference (http://farsite.hill.af.mil/) 52.252‐2, Clauses Incorporated by Reference ( http://farsite.hill.af.mil/ ) Defense Federal Acquisition Regulation Supplement: 252.201‐7000, Contracting Officer's Representative, 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, 252.203‐7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (Deviation 2016‐O0003) (OCT 2015), 252.203‐7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016‐O0003) (OCT 2015), 252.204‐7003, Control of Government Personnel Work Product, 252.204‐7004 Alternate A, System for Award Management, 252.204‐7012, Safeguarding of Unclassified Controlled Technical Information, 252.211‐7003, Item Unique Identification and Valuation, 252.225‐7001, Buy American and Balance of Payments Program, 252.225‐7012, Preference for Certain Domestic Commodities, 252.225‐7013, Duty‐Free Entry, 252.225‐7048, Export‐Controlled Items, 252.232‐7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232‐7010, Levies on Contract Payments, 252.237‐7010, Prohibition on Interrogation of Detainees by Contractor Personnel, 252.243‐7001, Pricing of Contract Modifications, 252.243‐7002, Request for Equitable Adjustment, 252.244‐7000, Subcontracts for Commercial Items, 252.247‐7023, Transportation of Supplies by Sea, The following provisions/clauses are applicable to FAR 52.212‐5: 52.203‐6 Alt 1, Restrictions on Subcontractor Sales to the Government, 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 52.222‐3, Convict Labor, 52.222‐19, Child Labor‐Cooperation with Authorities and Remedies, 52.222‐21, Prohibition of Segregated Facilities, 52.222‐26, Equal Opportunity, 52.222‐35, Equal Opportunity for Veterans, 52.222‐36, Affirmative Action for Workers with Disabilities, 52.222‐37, Employment Reports on Veterans, 52.222‐40, Notification of Employee Rights Under the National Labor Relations Act, 52.222‐50, Combating Trafficking in Persons, 52.223‐18, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225‐13, Restrictions on Certain Foreign Purchases, 52.232‐33, Payment by Electronic Funds Transfer‐System for Award Management. ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) at https://www.sam.gov/ prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-17-T-0007/listing.html)
 
Place of Performance
Address: 50 miles by water from Mobile, AL, Mobile, Alabama, 36602, United States
Zip Code: 36602
 
Record
SN04495062-W 20170505/170503235515-1b84900e095f37565f37c852aaa8db11 (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.