Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
SOLICITATION NOTICE

42 -- Diving Helmets - W911WN-17-Q-0404

Notice Date
5/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Pittsburgh, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor, Pittsburgh, Pennsylvania, 15222-4186, United States
 
ZIP Code
15222-4186
 
Solicitation Number
W911WN-17-Q-0404
 
Archive Date
6/10/2017
 
Point of Contact
Ryan S. Moore, Phone: 4123957549, MiMichelle McDowell, Phone: 412-395-7417
 
E-Mail Address
ryan.moore@usace.army.mil, michelle.l.mcdowell@usace.army.mil
(ryan.moore@usace.army.mil, michelle.l.mcdowell@usace.army.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
combined synopsis/solicitation details COMBINED SYNOPSIS & SOLICITATION: W911WN-17-Q-0404 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation, W911WN-17-Q-0404, is issued as a Request for Quote (RFQ) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The NAICS Code for this acquisition is 339920 - Sporting and Athletic Goods Manufacturing. The Small Business Size Standard for this NAICS Code is 750 employees. This requirement is 100% Set-Aside for Woman-Owned Small Business concerns. Any resultant contract shall be Firm-Fixed Price, and one award is anticipated. Offerors must be registered in the System for Award Management (SAM) in order to be awarded a contract. The SAM registration process may be accessed at the following link: https://www.sam.gov. In the event that you provide the low quote, please be advised your registration in the System for Award Management (SAM) must be current / active. Registration is FREE to all vendors. PLEASE ensure your annual SAM registration is current. If it has expired, or will expire soon, PLEASE START THE RENEWAL PROCESS TODAY if you intend to submit a quote. This requirement is to provide four (4) each new commercial diving helmets similar or equal to Kirby Morgan 97 Commercial Diving Helmet with Marsh Marine Waterproof Connectors in accordance with the attached specifications. CLIN: 0001 Description: Diving helmets similar or equal to Kirby Morgan 97 Commercial Diving Helmets with Marsh Marine Waterproof Connectors in accordance with the specifications shown below. Quantity: 4 Unit of Measure: Each *Price shall include delivery FOB to the address shown in the Specifications Delivery: 45 Days after award of contract. Delivery Location: U.S. Army Corps of Engineers Pittsburgh District Locks and Dams Branch 3900 Grand Avenue, BLDG 1002 Pittsburgh, PA 15225-1512 FOB Point: Destination Inspection/Acceptance: Destination SPECIFICATIONS: 1.0 GENERAL REQUIREMENTS. The work covered by this specification consists of providing new commercial diving helmets for the Pittsburgh District. The diving helmets shall be similar or equal to Kirby Morgan 97 Commercial Diving Helmet with Marsh Marine Waterproof Connectors. A total of four (4) diving helmets will be needed. 2.0 SUBMITTALS. The vendor is required to submit two copies of the Operation and Maintenance Manual along with a Spare Parts List to Locks and Dams Branch. 3.0 TECHNICAL QUESTIONS. Technical questions may be directed to Jason Prince at telephone 412-395-7241 during normal business hours. 4.0 WARRANTY. The diving helmets shall have a standard manufacturer's one year warranty. 5.0 DELIVERY. The diving helmets shall be crated, boxed, or otherwise packaged to the extent necessary to prevent damage during shipment. Any damage to the helmets due to inadequate protection during shipment shall be repaired by the vendor at their own expense. 5.1 Time of Delivery. The Government requires delivery of the diving helmets within 45 days after the date of contract award. 5.2 Place of Delivery. The diving helmets supplied under this contract shall be delivered F.O.B. destination, transportation charges prepaid, to: U.S. Army Corps of Engineers Pittsburgh District Locks and Dams Branch 3900 Grand Avenue, BLDG 1002 Pittsburgh, PA 15225-1512 ATTN: Dane Summerville Telephone 412-395-7658 Shipments are received between 8:00 a.m. and 4:00 p.m., Monday through Friday, Federal Holidays excluded. The vendor must notify Locks and Dams Branch at least 48 hours prior to the delivery. < End of Specifications > Offers are due by 26 May 2017, 11:00 AM EST. Offers will be accepted via email to lrp.contracting@usace.army.mil; or via parcel delivery at: U.S. Army Corps of Engineers, Pittsburgh District, Attn: Ryan Moore, W.S. Moorhead Federal Building, 1000 Liberty Avenue, Room 2203, Pittsburgh, PA 15222-4186; or via fax 412-395-7110. Offerors must reference this solicitation number, W911WN-17-Q-0404, in the subject line of the email or the return address of the parcel or the cover sheet of the fax. Please be sure to include a completed Price Schedule and, if it is not up-to-date in SAM, a completed copy of Provision 52.212-3 Offeror Representations and Certifications - Commercial Items. Please provide the following information for your company: Company Name (Same as in SAM): _______________________________________ Address (Same as in SAM): ______________________________________________ DUNS: ________________________________________ CAGE: ________________________________________ Point of Contact: __________________________________ POC Phone Number: _______________________________ POC Email: ______________________________________ Our company (does or does not) ___________ fit the Small Business Size Standard listed above. Company Representative Authorized to Submit Quote: ___________________________ Signature: _________________________________ Date: ________________ FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addenda to 52.212-4, Contract Terms and Conditions-Commercial Items 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of unclassified controlled technical information 252.204-7015 Disclosure of Information to Litigation Support Contractors 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 Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7036, Alt 1 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program 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 252.247-7023 Transportation of Supplies by Sea The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable as follows: 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 52.219-28 Post-Award Small Business Program Representation 52.219-30 Notice of Total Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action For Workers With Disabilities 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 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 (End of clause) FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Addenda to 52.212-1, Instructions to Offerors-Commercial 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alt A System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition, and subparagraph (a) of the provision is edited as follows: The following factors shall be used to evaluate offers for award: (1) Technical capability of the item offered to meet the Government requirement (2) Price (3) Past Performance (see FAR 15.304) Technical and past performance when combined, are considered equal, in determining the technical acceptability of the offerors. Of those offerors whom are determined technically acceptable and whom represents the overall lowest price will be the offeror eligible for the resultant award. Failure to meet one or more of the aforementioned criteria will render an offeror Unacceptable. 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items Alternate I Offerors are expected to complete provision 52.212-3, Offeror Representations and Certifications-Commercial Items Alternate I as part of the SAM registration process. If you have completed your annual representations and certifications electronically, but need to amend or update any of them for this acquisition; you must print the provision, complete it manually, and submit with your offer. 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/W911WN-17-Q-0404/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers Pittsburgh District, Locks and Dams Branch, 3900 Grand Avenue, BLDG 1002, Pittsburgh, Pennsylvania, 15225, United States
Zip Code: 15225
 
Record
SN04508618-W 20170517/170515234819-daecedbd25783f3f9e3cd74bc853b7ab (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.