Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2021 SAM #7189
SOLICITATION NOTICE

20 -- Lower Lifting Block Procurement

Notice Date
8/5/2021 8:16:41 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
33999 —
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU21Q0025
 
Response Due
8/10/2021 10:00:00 AM
 
Archive Date
08/25/2021
 
Point of Contact
James F Casey, Phone: 2156566915, Robert W. Hutcheon
 
E-Mail Address
james.f.casey@usace.army.mil, robert.w.hutcheon@usace.army.mil
(james.f.casey@usace.army.mil, robert.w.hutcheon@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for a commercial item being prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a formal solicitation will not be issued. SOLICITATION #: W912BU-21-Q-0025 This combined synopsis/solicitation is issued as a Request for Quotes.� A Firm Fixed Price type contract will be awarded. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-09 effective 27 August 2020 This combined synopsis/solicitation is being issued as a 100% Small Business Set Aside. NAICS:� 339999 CLIN 0001 � The intent of this specification is for the procurement, testing and delivery of two new lower lifting blocks for the Dredge JADWIN The item being purchased is a Crosby McKissick P/N 3655776 with the following characteristics: o 110 ton working load o Design factor of 4 o Six 28� O.D. sheaves with sealed tapered roller bearing o Grooved for 7/8� wire line. o Sheave grooves are hardened to RC-40 minimum. The Contractor is not responsible for installing the block assemblies on the vessel. Delivery Schedule:� Provide best delivery schedule in quote. Delivery Location:����� Dredge JADWIN ����������������������������������� Mississippi River near ����������������������������������� Vicksburg, MS FOB Point: Destination FAR 52.212-1 � Instructions to Offerors Provision Addenda:� All quotes shall include the following minimum information:� CAGE Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule.� IAW FAR 52.204-7, prospective vendors must be registered in the SAM database prior to contract award.� Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at https://www.sam.gov This solicitation is issued as a request for quote using FAR Parts 12-Commercial Items and 13-Simplified Acquisition Procedures. Firms interested in this opportunity should submit a quote with the following information: Delivery Date, unit prices for each CLIN, total price, product specifications, warranty terms, etc. Contractors are instructed to price each CLIN individually. All quotes received will be evaluated for conformity with the solicitation. A quote is acceptable if it conforms to all material requirements of the RFQ; otherwise it will be considered non-responsive. Only acceptable quotes will be evaluated. Suppliers should annotate within their quote specifications relating to the items quoted. Insufficient information may lead to a quote being considered non-responsive. FAR 52.212-2 � Evaluation � Commercial Items: All quotes received will be evaluated for conformity with the solicitation. A quote is acceptable if it conforms to all material requirements of the RFQ; otherwise it's considered non-responsive. Only acceptable quotes will be evaluated. The following are the evaluation criteria: 1. PRICE a. Quoted total cost for the supply, test, and delivery of the designated item. �Total cost includes all direct and indirect cost of providing this item within 175 calendar days after NTP. The Contract Specialist shall review the quote. Price will be evaluated for fairness and reasonableness. � 2. TECHNICAL CAPABILITY a. The vendor shall provide proof that they are a current Crosby McKissick authorized vendor by means of a letter signed by a traceable party at Crosby McKissick that identifies the contractor as an authorized vendor.� Or, the copy of a current proposal from Crosby McKissick, or an authorized Crosby McKissick vendor, for sale of this item. �For those providing a current proposal from Crosby McKissick or an authorized vendor, prices do not need on the visible on the copy of the proposal. b. Other items with the same or similar capabilities as the specified item are NOT acceptable substitutes to be supplied for the specified item. **Failure to provide this information will result in your quote being deemed �Non-Responsive� ** The Government will evaluate the Technical Quotation using the following adjectival rating. � Adjectival Description � Acceptable: Meets all the minimum requirements of the criteria; has an average probability of success; no significant weaknesses and any deficiencies can be readily corrected. � � Unacceptable: Fails to meet any of the minimum requirements of the criteria; quotation needs major revisions; very low probability of success. � 3. PAST PERFORMANCE: Price and Past Performance will be evaluated in accordance with in DFARS 213.106- 2(b)(i)(B)&(C). Past Performance history shall be evaluated for each supplier�s past performance history in SPRS for the FSC and PSC of the supplies being purchased. Award will be made to the supplier whose quote represents the best values to the Government quoting the lowest price and that has anything other than an �Unsatisfactory� rating in CPARS. FAR 52.212-3 � Offeror Representations and Certifications � Commercial Items:� An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov.� If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their quote. FAR 52.212-4 � Terms and Condition � Commercial applies to this acquisition FAR 52.212-5 (DEV Nov 2017) � Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items FAR 52.252-1 � Solicitation Provisions Incorporated By Reference - 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: https://www.acquisition.gov/browse/index/far The following additional provisions or clauses are specific to this particular requirement: FAR 52.204-7 � System for Award Management FAR 52.247-34 � FOB Destination FAR 52.252-5 � Authorized Deviations in Provisions FAR 52.232-33 - Payment by Electronic Funds Transfer-- System for Award Management All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to jonathan.p.bradshaw@usace.army.mil no later than�10 August 2021, 1:00 PM EST.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fc98a86e6afd45539dcbc08c1b356531/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN06086748-F 20210807/210805230126 (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.