Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SOLICITATION NOTICE

20 -- Propeller Refurbish

Notice Date
12/18/2019 9:20:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
W07V ENDIST MEMPHIS MEMPHIS TN 38103 USA
 
ZIP Code
38103
 
Solicitation Number
W912EQ20Q0011
 
Response Due
12/20/2019 8:00:00 AM
 
Archive Date
01/04/2020
 
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
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 U.S. Army Corps of Engineers, Memphis District has a requirement to refurbish boat propellers for the Plant Section at Ensley Engineer Yard. The work consists of furnishing all plant, labor, materials and equipment to supply these parts in accordance with the Product Description (PD). � The solicitation number is W912EQ-20-Q-0011 and is being 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 336611, and an�applicable size standard of�1,250 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 will 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: 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. 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 product description, including but not limited to, the capability to provide the supply specified, and in accordance with the specified delivery schedule. The contractor shall provide sufficient documentation of their technical capability, technical literature, brochures, equipment list, Key Personnel List, or any other information to enable the Government to determine the offeror�s capability to perform work. 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. Past performance information of key personnel and crew may be provided if the company has limited or no past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated as neutral on Past Performance, providing the offeror supplies a certified statement with their offer that no past performance information is available. 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. (3) Price - Price quotes will be examined to determine the extent to which proposed prices are comparable with the Government estimates, and previous procurement history and a determination made of Price Reasonableness. The Government may reject any quote that is determined to be Not Fair and Reasonable, unrealistically high or low in price when compared to Government estimates, or are unbalanced, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the requirements. All quotes will be evaluated and a determination made of lowest price, from prices presented on the Bidding Schedule, based on the Total of all line items. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. INSTRUCTIONS TO OFFERORS: Submit�quotes by email (preferred) to kirk.a.middleton@usace.army.mil no later than�Wednesday, December 18,�2019 at 11:00am 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 or hand carried to: U.S. Army Corps of Engineers Room A � 665 167 N. Main St., Blg 202 Memphis, TN 38103 Attn: Kirk Middleton 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. 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 (Jan 2018); 52.222-21, Prohibition of Segregated Facilitates (Apr 2015); 52.222-26, Equal Opportunity (Sep 2016); 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014); 52.222-50, Combatting Trafficking in Persons (Jan 2019); 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); 52.232-33, Payment by Electronic Fund Transfer-System for Award Management (Oct 2018). The following additional FAR clauses apply to this procurement: 52.204-7, System for Award Management (Oct 2018); 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016); 52.204-17, Ownership or Control of Offeror (Jul 2016); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); 52.204-19, Incorporation by Reference of Representations and Certification (Dec 2014); 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); 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); 252.209-7002, Disclosure of Ownership or Control by a Foreign Government (Jun 2010); 252.211-7003, Item Unique Identification and Valuation (Mar 2016); 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Sep 2019); 252.225-7000, Buy American-Balance of Payments Program Certificate-Basic (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 2012); 252.244-7000, Subcontracts for Commercial Items and Commercial Components (Jun 2013); 252.247-7023, Transportation of Supplies by Sea (Feb 2019). �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/54bd4807874349aba58c3191424257d5/view)
 
Record
SN05520376-F 20191220/191218230139 (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.