Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
MODIFICATION

F -- Salford Downhole Geophysical Work - Revised SOW 12 Sep 2017 - Summary of Changes Amendment 2 - Questions and Answers 2

Notice Date
9/12/2017
 
Notice Type
Modification/Amendment
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU17R0082-SalfordGeophysical
 
Archive Date
10/4/2017
 
Point of Contact
Dillon M. Lucas, Phone: 2156566915, Michael J. Hunter, Phone: 2156566774
 
E-Mail Address
dillon.m.lucas@usace.army.mil, michael.hunter@usace.army.mil
(dillon.m.lucas@usace.army.mil, michael.hunter@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers 2 Summary of Changes Amendment 2 Revised SOW 12 Sep 2017 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 #: W912BU17R0082 This combined synopsis/solicitation is issued as a Request For Quotes. A Firm Fixed Price type contract will be awarded. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 effective 19 January 2017. This solicitation is being issued as 100% Small Business Set-Aside under NAICS 541360. CLIN 0001: Salford Well Geophysical Work - All work to be accomplished IAW attached SOW dated 27 June 2017. SCA Wage Rate: 15-5791 Rev 4 Performance Schedule: 180 Days from NTP Performance Location: Harleysville, PA The deadline for submission of questions is 8 Sep 17 at 11:59 PM EST. Please submit all questions to Dillon.m.lucas@usace.army.mil. The following provisions and clauses are applicable to subject solicitation: FAR 52.204-7 - System for Award Management FAR 52.212-1 - Instructions to Offerors - Commercial Items (Apr 2014): Applies to this acquisition. Provision Addenda: All quotes shall include the following minimum information: Product Specifications, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to contract award. Prospective vendors should visit the SAM website at https://www.sam.gov/portal/public/SAM/ to register. FAR 52.212-2 - Evaluation - Commercial Items: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price, technically acceptable. Technical acceptability shall include the following: 1) Submission of a memorandum from the project manager of the company acknowledging the contents of the PWS have been read and understood, and all work will conform to the constraints set-forth therein. 2) Ability to commence work within 15 business days of contract award (Please state within quote). FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their quotes. FAR 52.212-4 - Terms and Condition - Commercial Items: Applies to this acquisition. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2014): Applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: 52.219-1 -- Small Business Program Representations Alternate I; 52.219-6 -- Notice of Total Small Business Set-Aside; 52.222-3 -- Convict Labor; 52.222-18 -- Certification Regarding Knowledge of Child Labor for Listed End Products; 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies; 52.222-21 -- Prohibition of Segregated Facilities; 52.222-26 -- Equal Opportunity;52.222-41 -- Service Contract Labor Standards; 52.237-1 -- Site Visit; 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation; 52.222-50 -- Combating Trafficking in Persons; 52.223-15 - Energy Efficiency in Energy-Consuming Products; 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving52.225-3 -- Buy American -Free Trade Agreements - Israeli Trade Act; 52.225-4 -- Buy American -- Free Trade Agreements - Israeli Trade Act Certificate; 52.225-13 -- Restrictions on Certain Foreign Purchases; 52.232-1 - Payments; 52.232-8 -- Discounts for Prompt Payment; 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management; 52.233-1 - Disputes, 52.233-3 -- Protest After Award; 52.233-4 -- Applicable Law for Breach of Contract Claim; 52.247-34 -- F.o.b. - Destination; 52.252-2 -- Clauses Incorporated by Reference; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A, System for Award Management; 252.225-7000 Buy American--Balance of Payments Program Certificate; 252.225-7001 Buy American and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area WorkFlow Payment Instructions; 252.243-7001 Pricing of Contract Modifications; 5352.201-9101 Ombudsman; 5352.242-9000 Contractor Access to Air Force Installations FAR 52.219-1 -- Small Business Program Representations. 52.222-41 -- Service Contract Labor Standards. FAR 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 address: http://farsite.hill.af.mil (End of Clause) FAR 52.252-5 -- Authorized Deviations in Provisions. As prescribed in 52.107(e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert "(Deviation)" after the date of the provision. FAR 52.252-6 - Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chp 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to Dillon.m.lucas@usace.army.mil no later than 19 September 2017, 2:00 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU17R0082-SalfordGeophysical/listing.html)
 
Place of Performance
Address: Harleysville, Pennsylvania, 19438, United States
Zip Code: 19438
 
Record
SN04672539-W 20170914/170912231656-a315f8ac9c0f2b42cff0f226b4b21284 (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  © 1994-2020, Loren Data Corp.