Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 03, 2018 FBO #6036
SOLICITATION NOTICE

47 -- Discharge Pipe - Specifications

Notice Date
6/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331210 — Iron and Steel Pipe and Tube Manufacturing from Purchased Steel
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Memphis, Attn: CEMVM-CT, 167 North Main Street, Room B-202, Memphis, Tennessee, 38103-1894, United States
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-18-Q-0015
 
Archive Date
6/26/2018
 
Point of Contact
Kirk A. Middleton, Phone: 9015440786, Monica Moody, Phone: 9015440838
 
E-Mail Address
Kirk.A.Middleton@usace.army.mil, monica.a.moody@usace.army.mil
(Kirk.A.Middleton@usace.army.mil, monica.a.moody@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications 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; proposals are being requested and a written solicitation will not be issued. This solicitation will be issued as a request for quotes (RFQ). This procurement is a 100% small business set aside in accordance with FAR Part 19.5 with a North American Industry Classification System (NAICS) code of 331210, and an applicable size standard of 1000 employees. A. The provision at FAR 52.212-1 (Instructions to Offerors -- Commercial) applies to this acquisition. See the addenda below titled, "Instructions to Offerors". B. The provision at FAR 52.212-2 (Evaluation -- Commercial Items) applies to this procurement. (a) The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price. All quotes submitted will be evaluated for (1) Technical Acceptability, (2) Satisfactory Past Performance & (3) Price. The government will issue award to the offeror whose proposal is the Lowest Price of those determined to meet at least the minimum requirements to be determined Technically Acceptable & Demonstrates Satisfactory Past Performance. Technical Acceptability; is defined as the capability to PROVIDE THE ITEMS as specified in this Solicitation and the attached Scope-of-Work (SOW), and the ability to meet or exceed the specified delivery schedule. To be determined Technically Acceptable Offerors Shall Submit the following with their quote package; Evidence of the Capability to provide the items specified, such as a product description, technical specification sheets, product drawings and/or any other documentation necessary for the government to make a determination of technical acceptability of the item quoted. Offerors Shall Submit, with their quote a project delivery schedule/date and certify with their quote that they are capable of completing delivery on or before Monday 11 June 2018 at 11:00am CST. Satisfactory Past Performance; A review of past performance will be conducted on this requirement. The quality and delivery classifications identified for a supplier in the Past Performance Information Retrieval System‐‐Statistical Reporting (PPIRS‐SR) application (http://www.ppirs.gov/) will be used by the contracting officer to evaluate a supplier's past performance. In the case of a supplier without a record of relevant past performance history in PPIRS‐SR for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. The Government's approach to evaluating past performance is to check data obtained from other sources available i.e. government database, past contract files, etc. It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical acceptability, satisfactory past performance and proposed price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. C. In accordance with FAR 52.212-3 (Offerors Representations and Certifications -- Commercial Items) the contractor shall ensure that the contractor has completed the annual representations and certifications on SAM.gov or shall submit a copy of the provision at FAR 52.212-3 with its offer. D. FAR 52.212-4 (Contract Terms and Conditions -- Commercial Items) applies to this procurement. E. FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items) applies to this procurement. The additional FAR clauses which are cited in FAR 52.212-5 are listed here: 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.219-28, Post Award Small Business Program Representation (Jul 2013); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2016); 52.222-21, Prohibition of Segregated Facilitites (Apr 2015); 52.222-26, Equal Opportunity (Apr 2015); 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014); 52.222-50, Combatting Trafficking in Persons (Mar 2015); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003). The following additional FAR clauses apply to this procurement: 52.232-40, Providing Accelerated Payments to Small Business subcontractors (Dec 2013); 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.247-34, FOB Destination (Nov 1991). The following DFARS clauses apply to this procurement: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Dec 2015); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Dec 2015); 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014); 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009); 252.211-7003, Item Unique Identification and Valuation (Mar 2016); 252.225-7000, Buy American-Balance of Payments Program Certificate-Basic (Nov 2014); 252.225-7001, Buy America and Balance of Payments Program-Basic (Nov 2014); 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2012); 252.225-7048, Export-Controlled Items (Jun 2013); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.243-7001, Pricing of Contract Modifications (Dec 1991); 252.244-7000, Subcontracts for Commercial Items (Jun 2013). INSTRUCTIONS TO OFFERORS: Submit quotes by email (preferred) to kirk.a.middleton@usace.army.mil no later than the date and time detailed in this solicitation. Attention should be noted to FAR 52.212-1(f), concerning late submissions. The offeror bears the risk of non-receipt of any email transmissions, and should ensure that all pages of the quote have been received by the designated office before the deadline indicated. Quotes may also be mailed to: USACE - Contracting Division ATTN: Contracting Officer 167 North Main Street Memphis, TN 38103 U.S. Army Corps of Engineers A bid schedule and specifications are located as an attachment to this solicitation that offerors shall complete in entirety to be considered for award. Offerors shall provide the applicable CAGE code and DUNS number with their submission. Quotes shall include the company name, main point of contact, phone number, and email address with their quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-18-Q-0015/listing.html)
 
Place of Performance
Address: 2915 Riverport Rd., Memphis, Tennessee, 38109, United States
Zip Code: 38109
 
Record
SN04941429-W 20180603/180601230937-e588e5ba9e21c00783d0a07bd6ebac63 (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.