Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2011 FBO #3464
MODIFICATION

H -- Fargo Moorhead Pile Load Test, Red River of the North, Pleasant Township, Cass County, ND - Amendment 1

Notice Date
5/18/2011
 
Notice Type
Modification/Amendment
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-11-R-0007
 
Archive Date
6/24/2011
 
Point of Contact
Lisa A. Draves, Phone: 6512905614
 
E-Mail Address
lisa.a.draves@usace.army.mil
(lisa.a.draves@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0001 (i) 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. (ii) This solicitation W912ES-11-R-0007 is issued as a Request For Proposals. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. (iv) This procurement is unrestricted. The appropriate NAICS code is 541380 with a small business size standard of $12.0 million. (v) This requirement consists of eight line items: CLIN 0001, Pipe Piles, Qty 1, Unit of Measure: LS; CLIN 0002, H-Piles, Qty: 1, Unit of Measure: LS; CLIN 0003, Reaction Piles and Set-up, Qty: 1, Unit of Measure: LS; CLIN 0004, Dynamic Testing, Qty: 4, Unit of Measure: EA; CLIN 0005, Tension Testing, Qty: 4, Unit of Measure: EA; CLIN 0006, Compression Testing, Qty: 2, Unit of Measure: EA; CLIN 0007, Site Restoration, Qty: 1, Unit of Measure: LS; CLIN 0008, Final Report, Qty: 1, Unit of Measure: LS. (vi) A description of requirements for the items to be acquired is provided in the attached Solicitation documents. (vii) Contract performance will be completed by 30 November 2011. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, and the 52.212-1 Addendum apply to this acquisition. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Award will be made to the responsible Offeror offering the Lowest-Priced, Technically Acceptable (LPTA) proposal. The following evaluation factors will be used to determine acceptability: Relevant Experience, Schedule, and Past Performance. It is the offeror's responsibility to ensure completeness of the proposal and provide the information for evaluation factors as instructed in the Solicitation provision at 52.212-2. (x) Offerors shall include a completed copy of the representations and certifications provisions at 52.209-7, Information Regarding Responsibility Matters; 52.212-3, Offeror Representations and Certifications - Commercial Items (Alt 1); 252.212-7000, Offeror Representations and Certifications - Commercial Items; and 252.225-7000, Buy American Act - Balance of Payments Program Certificate. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, and 52.212-4 Addendums 1 and 2 apply to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-9 (Alt II), 52.219-16, 52.219-23, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13, 52.232-30, 52.232-33, 52.222-41, 52.222-42, 52.222-44. (xiii) Additional contract requirements: (a) The following clauses are applicable to this acquisition: 52.209-9, 52.219-23, 52.228-1, 52.228-16, 252.201-7000, 252.204-7000, 252.204-7003, 252.204-7004, 252.209-7001, 252.209-7004, and 252.232-7010. (b) The DFARS clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following clauses cited in the clause are applicable to the acquisition: 52.203-3, 252.203-7000, 252.205-7000, 252.219-7003, 252.225-7001, 252.225-7012, 252.226-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023, and 252.247-7024. (c) Please take note of 52.212-4 Addendum 2. This procurement is principally for geotechnical testing services but also requires a substantial and segregable amount of construction work. The contractor shall apply Service Contract Act (SCA) clauses and minimum wage and fringe benefit requirements to CLIN 0008. The contractor shall apply Davis-Bacon Act (DBA) clauses and minimum wage requirements to CLINS 0001 through 0007. Provisions and clauses applicable only to CLINS 0001 through 0007 are stated in 52.212-4 Addendum 2. (d) This solicitation requires each offeror to submit a bid guarantee along with its offer (see clause 52.228-1). Performance and payment bonds are required within five (5) calendar days of contract award in accordance (see clause 52.228-16). (e) Payment will be made in accordance with FAR 52.212-4, Contract Terms and Conditions - Commercial Items. Please note that this solicitation includes the FAR clause at 52.232-30, Installment Payments for Commercial Items (referenced in 52.212-5) which may provide the contractor entitlement to financing payments. As required by FAR Subpart 32.2, Commercial Item Purchasing Financing, the following types of security will be accepted for Government financing: a bond from a surety, acceptable in accordance with FAR Part 28 (note that the bond must guarantee repayment of the unliquidated contract financing.) (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (xv) Offers are due on 09 June 2011 by 3:00 p.m. (CST) and shall be submitted to: Contracting Division, USACE - St. Paul District, Attn: Lisa Draves, 180 5 th Street East, Suite 700, St. Paul, MN 55101-1678. Offers submitted by email or facsimile will not be considered. (xvi) Questions shall be submitted via "Bidder Inquiry" in ProjNet at http://www.projnet.org/projnet To submit and review inquiries, offerors will need to be a current registered user or self-register into the system. To self-register, go to the above web page, click the BID tab and select Bidder Inquiry, select agency USACE, enter the key number for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that the information on the next screen is correct and click continue. From this page you may view all offeror inquiries or add an inquiry. Those who submit an inquiry will receive an acknowledgement via e-mail followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912ES-11-R-0007 The "Bidder Inquiry Key" is: FNECJ9-63SU6E Offerors shall submit questions not later than 10 days prior to the proposal due date in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation if necessary. Offerors are requested to review the specification in its entirety and to review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8:00 a.m. to 5:00 p.m. U. S. Central Time Zone (Chicago). The telephone number for the call center is 800-428-HELP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-11-R-0007/listing.html)
 
Place of Performance
Address: North Dakota, United States
 
Record
SN02450865-W 20110520/110518234540-915ef25a071f828ab4f1351858f7416c (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 |
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.