Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

29 -- CAT Generator Parts - Statement of Work

Notice Date
9/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333995 — Fluid Power Cylinder and Actuator Manufacturing
 
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
W912EQ18Q0031
 
Archive Date
10/5/2018
 
Point of Contact
LATASHA N MARTIN, Phone: 9015443037
 
E-Mail Address
latasha.n.martin@usace.army.mil
(latasha.n.martin@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Justification for Brand Name Statement of Work for CAT Generator Engine Parts 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. The solicitation number is W912EQ-18-Q- 0031 and is being issued as a Request for Quote. This procurement is 100% Small Business Set-Aside. The associated NAICS code is 333995 with a size standard of 750. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the below listed items to be delivered in accordance with the specifications listed below: DESCRIPTION/ STATEMENT OF WORK: The U.S. Army Corps of Engineers (USACE), Memphis District has a supply and delivery requirement for providing Safety Switches (Mechanical Disconnects) to USACE Ensley Engineering Yard (EEY), 2915 Riverport Road, Memphis, TN 38109. ITEM NO. DESCRIPTION OF SUPPLY OR SERVICE STOCK NO. QUAN. UNIT 0001 CAT (G3408) GENERATOR ACTUATOR **See the attached specifications** 1 EA 0002 CAT 3606 MAIN ENGINE GOVERNOR **Please see the attached specifications** 0003 Shipping Price should include all shipping charges to Ensley Engineer Yard 2915 Riverport Road, Memphis, TN 38109-3018. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email to LaTasha. N. Martin@usace.army.mil. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Contractors shall submit quote on company letterhead to include pricing for the requested service items, with its unit price, extended price, total price, delivery date, prompt payment terms, remittance address, tax identification number, DUNS number, and cage code. Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. FAR 52.212-2 Evaluation - Commercial Items: (a) The Government will award a contract, from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government based on price. Offeror's price quote will be evaluated to determine price reasonableness. Prices which are excessively high or low may be considered unrealistic and unreasonable may receive no further consideration. All quotes submitted will be evaluated for (1) Technical Acceptability, (2) Satisfactory Past Performance, and (3) Price. The government will issue award to the Offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined technically acceptable & that demonstrates satisfactory past performance. Submittals; It is incumbent upon the offeror to submit sufficient information for the Government to make a determination of your technical acceptability, satisfactory past performance and price. Failure to submit sufficient information for the government to determine your technical acceptability, satisfactory past performance or price may be cause for rejection of your quote. (1) Technical Acceptability - to be determined technically acceptably offerors shall submit for evaluation, documentation of their capability to provide the specified services in accordance with the project Scope of-Work, including but not limited to, the capability to provide the services specified, and in accordance with the specified delivery schedule. (2) Technical literature, brochures, equipment list, or any other information to enable the Government to determine the offeror's capability to perform work. (3) Satisfactory Past Performance - to demonstrate satisfactory past performance the offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope and complexity, as well as, provide references, including names and contact information of references who can verify their past performance. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the offeror. 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.. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offeror Representation and Certifications--Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-2 Clauses to Incorporate by Reference The following are applicable under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Dev): FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note) FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-13 Notice of Set-Aside of Orders FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (SAM) The following DFARS Clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 System for Award Management, Alternate A DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 Item Unique Identification and Valuation DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources of Subcontracting DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 19-September 2018 no later than 10:00 AM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-18-Q-0031 addressed to LaTasha Martin (901) 544-3037, Fax (901) 544-3710, email: LaTasha.N.Martin@usace.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors must also be registered in SAM under the applicable NAICS code 333995 as indicated in this RFQ to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ18Q0031/listing.html)
 
Place of Performance
Address: Ensley Engineering Yard, Memphis, Tennessee, 38109, United States
Zip Code: 38109
 
Record
SN05087776-W 20180915/180913231242-1fa3d8079c28d6639f483e43ce18e265 (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.