SOLICITATION NOTICE
47 -- Dredge Jadwin Discharge Pipe - Specs and Quote Schedule
- Notice Date
- 10/22/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331210
— Iron and Steel Pipe and Tube Manufacturing from Purchased Steel
- Contracting Office
- Department of the Army, US 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
- W912EQ20Q0001
- Archive Date
- 11/21/2019
- Point of Contact
- Christopher P. White, Phone: 9015443343
- E-Mail Address
-
christopher.p.white@usace.army.mil
(christopher.p.white@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Specifications, Quote, and Delivery Schedule 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 quote (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 1,000 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 procurement description, 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 Wednesday 6 November 2018 at 3:00 p.m. 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 Supplier Performance Risk System (SPRS) statistical reporting module (https://www.sprs.csd.disa.mil/) 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 SPRS 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; e.g., 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: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); 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 (Jan 2018); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sep 2016); 52.222-35, Equal Opportunity for Veterans (Oct 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014); 52.222-37, Employment Reports on Veterans (Feb 2016); 52.222-50, Combatting Trafficking in Persons (Jan 2019); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014); 52.225-13, Restrictions of Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2018). The following additional FAR clauses apply to this procurement: 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017); 52.204-7, System for Award Management (Oct 2018); 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); 52.204-22, Alternative Line Item Proposal (Jan 2017); 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019); 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019); 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016); 52.219-6, Notice of Total Small Business Set-Aside (Deviation 2019-O0003) (Jan 2019); 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation (Dec 2016); 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relation to Iran-Representation and Certifications (Aug 2018); 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payments to Small Business subcontractors (Dec 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 (Sep 2013); 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); 252.204-7003, Control of Government Personnel Work Product (Apr 1992) 252.204-7006, Billing Instructions (Oct 2005); 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, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the by the Government of a Country that is a State Sponsor of Terrorism. (May 2019); 252.213-7000; Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Sep 2019); 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sep 2014); 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2016); 252.225-7000, Buy American-Balance of Payments Program Certificate (Nov 2014); 252.225-7001, Buy America and Balance of Payments Program-Basic (Dec 2017); 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2017); 252.225-7048, Export-Controlled Items (Jun 2013); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018); 252.232-7010, Levies on Contract Payments (Dec 2006); 252.243-7001, Pricing of Contract Modifications (Dec 1991); 252.244-7000, Subcontracts for Commercial Items (Jun 2013); 252.247-7023, Transportation of Supplies by Sea (Feb 2019). INSTRUCTIONS TO OFFERORS: Submit quotes by email (preferred) to christopher.p.white@usace.army.mil no later than Wednesday 6 November 2018 at 3:00 p.m. CST. 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 A quote 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/W912EQ20Q0001/listing.html)
- Place of Performance
- Address: 2915 Riverport Rd., Memphis, Tennessee, 38109, United States
- Zip Code: 38109
- Zip Code: 38109
- Record
- SN05479536-W 20191024/191022230428-0e6da8395e486c0b00ae00aec5f63c31 (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 |