Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2020 SAM #6850
SOLICITATION NOTICE

61 -- Wave Flume Generators

Notice Date
8/29/2020 8:36:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ-20-N-2629
 
Response Due
9/8/2020 12:00:00 PM
 
Archive Date
12/31/2020
 
Point of Contact
Stacy Thurman, Jeri H. McGuffie
 
E-Mail Address
Stacy.D.Thurman@usace.army.mil, Jeri.H.McGuffie@usace.army.mil
(Stacy.D.Thurman@usace.army.mil, Jeri.H.McGuffie@usace.army.mil)
 
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; quotes are being requested and a written solicitation will not be issued. Competitive quotes are being requested under W912HZ20N2629. The associated North American Industry Classification System (NACIS) code for the procurement is 335312 (Motor and Generator Manufacturing and the Small Business size standard is 1,250 employees. �The U.S. Army Corps of Engineers, Engineer Research and Development Center, Coastal and Hydraulics Laboratory, Coastal and Hydraulics Laboratory has a requirement for two Wave Flume Generators. � In order to receive an award, all contractors must be registered in the System for Award Management under above NAICS code. � This procurement is Unrestricted and being procured in accordance with regulations at FAR Part 12, Acquisition of Commercial Items. � This procurement will be awarded as a Firm Fixed Price Contract.� � Only new equipment will be accepted. All equipment must be warranted and must be supportable by the manufacture. � If Terms and Conditions are included with the proposal, ONLY include those Terms and Conditions in which you would not be willing to accept and award unless included. � The government intends to make a single award for this requirement, Lowest Price Technically Acceptable. Quotes for less than the required items will not be accepted. The government intends to award without discussions while reserving the right to communicate with offerors if determined advantageous to the government. Offerors are encouraged to provide their best quoted pricing in their initial quote. FAR Clause 52.212-2 - Evaluation Factors - Commercial Items: � 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. Offerors are reminded that the evaluation process is subjective despite the use of factors as outlined below. 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, performed within the last three (3) years including references, with names and contact information (phone number and email) of the references who can verify such past performance. Past performance information of key personnel 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 shall supply 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. Technical Capability - is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached Description of Requirement (DOR).� The Offeror's proposal should clearly outline the Offeror's capability to meet the requirements of the DOR. � Price - All proposals submitted will be evaluated for Technical Capability, Past Performance, and Price. Offeror's are encouraged to propose their best price. The Government will evaluate offers for award purposed based off the bottom line total.� It is not the intent of the government to enter into negotiations. It is incumbent upon the Offeror to submit sufficient information for the Government to determine satisfactory Past Performance, Technical Capability, and Price reasonableness. Failure to submit sufficient information for the government to determine Technical Capability, Past Performance or Price may result in the rejection of your proposal. An award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. In addition to complying with the requirements outlined in FAR Part 22.13, FAR Provision 52.222?38, FAR Clause 52.222?35, FAR Clause 52.222?37, DFARS 222.13 and Department of Labor regulations, U.S. Army Corps of Engineers (USACE) contractors and subcontractors at all tiers are encouraged to promote the training and employment of U.S. veterans while performing under a USACE contract. While no set?aside, evaluation preference, or incentive applies to the solicitation or performance under the resultant contract, USACE contractors are encouraged to seek out highly qualified veterans to perform services under this contract. The following resources are available to assist USACE contractors in their outreach efforts: Federal Veteran employment information at http://www.fedshirevets.gov/index.aspx Department of Labor Veterans Employment Assistance http://www.dol.gov/vets/ Department of Veterans Affairs�VOW to Hire Heros Act http://benefits.va.gov/vow/ Army Wounded Warrior Program � http://wtc.army.mil/modules/employers/index.html U.S. Chamber of Commerce Foundation�Hiring Our Heros http://www.hiringourheroes.org/ Guide to Hiring Veterans � Reference Material http://www.whitehouse.gov/sites/default/files/docs/white_house_business_council_- _guide_to_hiring_veterans_0.pdf National Industries for the Blind (NIB) will allow contractors to a federal agency who are not an authorized distributor/dealer or partner to buy for use on their service contract or on behalf of the government mandatory use items (AB1 products/items) with the issuance of a quote mark Letter of Authorization quote mark . They can procure the items from our e-Commerce site (www.AbilityOne.com) or work through a distributor/local dealer from the AbilityOne list provided under Janitorial (List available from www.AbilityOne.gov/distributors). In accordance with the specifications provided, award shall be made to the responsible offeror whose quote is determined to be the Lowest Price Technically Acceptable. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-88 (05/16/2016) and Defense Federal Acquisition Regulation Supplement (DFARS), DPN 20160630, (06/30/2016). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.acquisition.gov/content/regulations. The following apply to this acquisition: 52.202-1, Definitions 52.203-3, Gratuities 52.203-5, Covenant Against Contingent Fees 52.204-4, Printed or copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7, System for Award Management Registration (Deviation) 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services-Representation 52.204-99, System for Award Management Registration (Deviation) 52.208-9, Contractor Use of Mandatory Sources of Supply or Services 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation Commercial Items 52.212-3 Offeror Representations and Certification - Commercial Items 52.212-4, Contract Terms and Conditions Commercial 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.217-9, Option to Extend the Term of the Contract 52.219-8, Utilization of Small Business Concerns 52.219-9, Small Business Subcontracting Plan 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.223-6, Drug-Free Workplace 52.222-19, Child Labor Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-40, Notification of Employee Rights Under the National Labor Relation Act 52.222-50, Combating Trafficking in Persons 52.222-62, Paid Sick Leave Under Executive Order 13706 52.223-1, Biobased Product Certification 52.223-5, Pollution Prevention and Right-to-Know Information 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-22, Public Disclosure of Greenhouse Gas Emissions and reduction Goals-Representation 52.225-1, Buy American- Supplies 52.225-2, Buy American Certificate 52.225-13, Restrictions on Certain Foreign Purchases 52.232-1, Payments 52.232-8, Discounts for Prompt Payment 52.232-18, Availability of Funds 52.232-23, Alt I, Assignment of Claims 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes � Fixed Price 52.247-34, F.o.b. Destination 52.252-2, Clauses Incorporated by Reference 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7004, Display of Hotline Posters 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alt A, System for Award Management 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.209-7001, Disclosure of Ownership or Control by Government of a Terrorist Country 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.211-7003, Item Unique Identification and Valuation 252.212-7000, Offeror Representations and Certifications--Commercial Items 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.247-7023, Transportation of Supplies by Sea 252.247-7024, Notification of Transportation of Supplies by Sea NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING ELIGIBLE FOR CONSIDERATION FOR AWARD. Information concerning SAM requirements may be viewed via the internet at www.sam.gov Interested parties must include, with their quote, their CAGE code and a completed 52.212-3 Offeror Representations and Certification or state that the offeror has completed Offeror Representations and Certification. Interested parties may submit quotes for consideration by the Government to stacy.d.thurman@usace.army.mil not later than 08 September 2020 � 1400 �P.M., CST. Oral communications are not acceptable in response to this notice. Please reference W912HZ20N2629/Wave Generators in all correspondence.� Offerors should check the www.beta.sam.gov often for new solicitations and/or changes (AMENDMENTS) to existing ones. Responses to this announcement must be complete and include Past Performance, Technical Capability, and Pricing in accordance with the offeror schedule. Any questions shall be emailed to Stacy.D.Thurman@usace.army.mil. It is the interested Offerors' responsibility to check www.beta.sam.gov for updated information.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/47f34b0c311f47658ce8126875984be6/view)
 
Record
SN05779291-F 20200831/200831133533 (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.