Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SOLICITATION NOTICE

31 -- Dredge Vessel Yaquina Waterborne (Cutlass) Bearings

Notice Date
12/5/2019 8:16:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326291 — Rubber Product Manufacturing for Mechanical Use
 
Contracting Office
US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204 USA
 
ZIP Code
97204
 
Solicitation Number
W9127N20Q0006
 
Response Due
12/19/2019 2:00:00 PM
 
Archive Date
01/03/2020
 
Point of Contact
Brandon Lasich, Phone: 5038084637, David Dvorak, Phone: 5038084633
 
E-Mail Address
brandon.m.lasich@usace.army.mil, david.l.dvorak@usace.army.mil
(brandon.m.lasich@usace.army.mil, david.l.dvorak@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION W9127N20Q0006 Yaquina Waterborne Bearing Procurement U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT 14 November 2019 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.Solicitation W9127N20Q0006 for procurement of one (1) complete ship set of main propulsion shafting waterborne bearings which includes two (2) forward stern tube bearings, two (2) aft stern tube bearings, two (2) intermediate strut bearings, and two (2) main strut bearings for the dredge vessel Yaquina is hereby issued as a Request for Quote (RFQ).The following solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular 2005-98.This solicitation is advertised as a total small business set-aside under NAICS Code 326291, Rubber Product Manufacturing for Mechanical Use. All prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Lack of SAM registration will make an offeror ineligible for award. The Portland District Contracting Office Small Business Specialist is Ms. Carol McIntyre, at 503-808-4602.The government requests proposals for the following items:ITEM NO SUPPLIES/SERVICES QUANTITY UNIT PRICE 0001 Forward Stern Tube Bearing Set 2 each 0002 Aft Stern Tube Bearing Set 2 each 0003 Intermediate Strut Bearing Set 2 each 0004 Main Stut Bearing Set 2 each 0005 Shipping 1 job . NET AMT Supplies/ Services will be inspected/accepted at:CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY0001 Destination Government Destination Government0002 Destination Government Destination Government0003 Destination Government Destination Government0004 Destination Government Destination Government0005 Destination Government Destination GovernmentDelivery Information: FOB Destination to the address specified below. Shipping FOB destination must be included in the offered price.CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS DODAAC 0001 120 days after award 2 Portland District Warehouse W9127N 8010 NW St Helens Rd Portland, OR 972100002 120 days after award 2 Portland District Warehouse W9127N 8010 NW St Helens Rd Portland, OR 972100003 120 days after award 1 Portland District Warehouse W9127N 8010 NW St Helens Rd Portland, OR 972100004 120 days after award 1 Portland District Warehouse W9127N 8010 NW St Helens Rd Portland, OR 972100005 120 days after award 1 Portland District Warehouse W9127N 8010 NW St Helens Rd Portland, OR 97210Provisions 52.212-1, Instructions to Offerors - Commercial and 52.212-4, Contract Terms and Conditions -- Commercial Items apply to this acquisition along with any listed addenda to the provisions.Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. For offerors with a current registration in the System for Award Management (SAM), complete paragraph (b) of the provision and submit with the response to the RFQ.CLAUSES INCORPORATED BY FULL TEXT52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JAN 2017) - ADDENDUM Proposals shall include the following:1. Name / Date: __________________________________________________________________2. Address / Telephone No.: ________________________________________________________ ________________________________________________________3. Cage Code (or DUNS, both from SAM): ____________________________________________4. Quote - Enter pricing information on the schedule provided above.Additionally, proposals shall include a completed Standard Commercial Warranty, Completed Representations & Certifications, and detailed equipment specification sheets.Proposal Submissions: Quotes are due no later than, 05 December 2019, at 2:00 PM PST. Offerors are responsible for verifying receipt of their proposals to this office before the offer due date and time. We do not accept facsimile (Fax) responses. If you have any questions or concerns, you may contact Mr. Brandon Lasich by email or at 503-808-4637. Proposals may be emailed to:brandon.m.lasich@usace.army.mil david.l.dvorak@usace.army.mil Upon award and satisfactory completion of delivery and installation, payment will be made through:USACE, Finance CenterAttn: CEFC-AO-P5722 Integrity DriveMillington, TN 38054-5005With an electronic copy submitted to a POC to be specified at the time of award.ADDITIONAL INFORMATION FOR YOUR USE: System for Award Management (SAM) IMPORTANT!______ Registration is required in the System for Award Management (SAM) prior to award, pursuant toapplicable regulations and guidelines. Registration information can be found at www.sam.gov.Registration is necessary in order for the Government (Corps of Engineers) to award a contractand do business with a contractor.**SAM NOTARIZED LETTER PROCEDURES: An original, signed, and notarized letteridentifying the authorized Entity Administrator for the entity associated with the Data UniversalNumbering System (DUNS) number is now required before a NEW SAM.gov entity registrationis activated or an EXISTING entity is updated or renewed. The notarized letters MUST BEPOSTAL SERVICE MAILED (not emailed or faxed) to the "FEDERAL SERVICE DESK" andmust contain the information outlined in the "instructions for domestic entities" or "instructions forinternational entities" located at https://www.gsa.gov/about-us/organization/federal-acquisitionservice/office-of-systems-management/integrated-award-environment-iae/sam-update. Templatesfor appointing an Entity Administrator are included within the respective instructions.**(End of provision)52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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):FAR: https://www.acquisition.gov/browse/index/farDFARS: https://www.acquisition.gov/dfarsAFARS: https://www.acquisition.gov/afars(End of provision)52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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):FAR: https://www.acquisition.gov/browse/index/farDFARS: https://www.acquisition.gov/dfarsAFARS: https://www.acquisition.gov/afars (End of clause) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision.The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.(End of provision) 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 Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.(End of clause)CLAUSES INCORPORATED BY REFERENCEFAR 52.204-7 System for Award Management (Oct 2016)FAR 52.204-13 System for Award Management Maintenance (Oct 2016)FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016)FAR 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016)FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)FAR 52.212-1 Instructions to Offerors- Commercial Items (Jan 2017)FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017)FAR 52.247-34 F.O.B. Destination (Nov 1991)DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)DFARS 252.203-7003 Agency Office of the Inspector General (Dec 2012)DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992)DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016)DFARS 252-204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016)DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013)DFARS 252.225-7001 Buy American and Balance of Payments Program—Basic (Dec 2017)DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2017)DFARS 252.225-7036 Buy American—Free Trade Agreements—Balance of Payments Program (DEC 2017)DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012)DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)AttachmentsA. DrawingsB. Product DescriptionC. Full Text Clauses
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4e70481376ef4e4a9edeaabb28dfeb6f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05510202-F 20191207/191205230247 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.