DOCUMENT
54 -- Steel Coating - Additional Information
- Notice Date
- 7/16/2008
- Notice Type
- Additional Information
- NAICS
- 541350
— Building Inspection Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Detroit, 477 Michigan Avenue, Detroit, Michigan, 48226
- ZIP Code
- 48226
- Solicitation Number
- W911XK-08-T-0104
- Archive Date
- 8/22/2008
- Point of Contact
- Darryl K. Williams,
- E-Mail Address
-
darryl.k.williams@usace.army.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. (II) Solicitation W911XK-08-T-0104 is being issued as a Request for Quotation (RFQ). (III) This solicitation incorporates provisions and clauses for commercial services in effect through Federal Acquisition Circular 2005-24. (IV) This acquisition is reserved for a SMALL BUSINESS CONCERNS. The associated NAICS code for this acquisition is 541350, standard industrial classification 8700, small business size $6.5 million. (V) COMMERCIAL SERVICES DESCRIPTION: Line Item (1) Preparation and Description of Steel Plates; Line Item (2) Installation of Plates; Line Item (3) Inspection of Previously Installed Coupons; Line Item (4) Field Documentation; Line Item (5) Site Safety; Line Item (6) Field Equipment; see attached SOW for additions information (VII) Place of Performance: Duluth Area Office, 600 Lake Ave, Duluth, MN 55802, FOB POINT IS DESTINATION. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial. (IX) FAR 52.212-2, Evaluation, Commercial Items, The Government will award a firm-fixed priced type of contract. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria a-e are primary criteria. (a) Specialized Experience and Technical Competence: The selected firm shall have clearly demonstrated professional technical experience in diving applications and underwater welding, with emphasis on the Duluth-Superior Harbor, MN-WI and/or Great Lakes Region. (b) Professional Qualifications: Selected firms shall have adequately trained, experienced, and knowledgeable personnel in the disciplines of diving and underwater welding and registration certificates for relevant professions. The contractor shall be knowledgeable with the Corps of Engineer’s Engineering Manual EM 385-1-1 Section 30. (c) Past performance: Past performance on DOD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. The firm must demonstrate an effective quality control program that has delivered high quality products, on time and within budget. (d) Knowledge of the Locality: Experience navigating and conducting diving and underwater welding applications on the Great Lakes. (e) Geographic Proximity: Location of field crew in the general geographic area of Minnesota, and Wisconsin, provided that application of this criterion leaves an appropriate number of qualified firms. Technical and past performance, when combined, are approximately equal to price.. (b) 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. The Government reserves the right to award all or part of this project. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items OFFERORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION, DFARS 252.204-7004, ALTERNATE A. ONLINE REPRESENTATIONS AND CERTIFICTATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MADATORY 01 JANUARY 2005. Offerors are required to submit with their offer a completed copy that their representations and Certifications are available on the Online Representations and Certifications Application (ORCA) at http//orca.bpn.gov. (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 ALT A, Required Central Contract Registration, Commercial Items. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clause are incorporates by reference: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.214-21, Descriptive Literature; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28. Post Award Small Business and Remedies; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregation Facilities; 52.222-26, Equal Opportunity; 52.222-41, Service Contract Act of 1965, As Amended; 52.223-5, Pollution Prevention and Right to know Information; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-18, Place of Manufacture; 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration; 52.233-2. Service of Protest; 52.233-3, Protest After Award; 52.233-4m Applicable Law for Breach of Contract Claim; 52.219.1 (Alt I), Small Business Program Representation; 52.219-8, Utilization of Small Business Concerns; 52.237-2, Protection of Government Vegetation; 52.252-2, Clauses Incorporated by Reference; 52.252-6, Authorized Deviations in Clauses; DFARS Clause 252.204-7003, Control of Government Personnel Work Product; 252.212-7000, Offer representations and Certifications-Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION); 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; (XIV) N/A. (XV) All information relating to this solicitation, including pertinent SOW, drawings, changes/amendments, questions and answers, will be posted on the following website: (http://www.lre.usace.army.mil/doingbusiness/contracting/notices/). Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the Federal Business Opportunities (FBO) web site. They will be contained in the plans section in a document titled “Questions and Answers”. Offerors are requested to submit questions to the email address noted below not later than, 0900 am, 25 July 2008. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). To read the provision and clauses in full text go to (http://www.farsite.hill.af.mil) or (http://www.arnet.gov) (XVI) Quotes will be due to the Contracting Office, Detroit District, 477 Michigan Avenue, RM 700, Detroit, Michigan 48226, by 7 August 2008, 10:00 a.m. eastern standard time. Email quotes will be accepted at darryl.k.williams@usaces.army.mil, please CC: marilyn.r.hill@usace.army.mil. (XVII) Point of Contact is Mr. Darryl K. Williams (313) 226-3648 or Ms. Marilyn Hill (313) 226-5148.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=852811c355ca610c7faa0e2a23c8cb16&tab=core&_cview=1)
- Document(s)
- Additional Information
- File Name: Additonal information of coatings types,sample locations, and harbor structure data (Sample Coating Abrasion Study.pdf)
- Link: https://www.fbo.gov//utils/view?id=5cc3f7e34467f72f3b92fd56ace12a34
- Bytes: 5,368.79 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Additonal information of coatings types,sample locations, and harbor structure data (Sample Coating Abrasion Study.pdf)
- Place of Performance
- Address: Duluth Area Office, Duluth, Minnesota, 55802, United States
- Zip Code: 55802
- Zip Code: 55802
- Record
- SN01615399-W 20080718/080716221033-852811c355ca610c7faa0e2a23c8cb16 (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 |