SOLICITATION NOTICE
20 -- SUPPLY & INSTALL, Two (2) Outboard Motors, For 25 Foot Sea-Ark Model 2308, U.S. Army Corps of Engineers, Vicksburg District (MVK).
- Notice Date
- 7/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333618
— Other Engine Equipment Manufacturing
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-12-T-0026
- Response Due
- 7/19/2012
- Archive Date
- 9/17/2012
- Point of Contact
- Robert Ellis Screws, 601-631-7527
- E-Mail Address
-
USACE District, Vicksburg
(ellis.screws@usace.army.mil)
- Small Business Set-Aside
- N/A
- 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. Solicitation Number W912EE-12-T-0026 is being issued as a Request for Quotation (RFQ) with the intent to issue a single Firm-Fixed Price Contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 05-59. THIS PROCUREMENT IS BEING COMPETED ON AN UNRESTRICTED BASIS. The NAICS code for this procurement is 333618 - Outboard Motors Manufacturing; size standard 1000 Employees. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. The U.S. Army Corps of Engineers, Vicksburg District has a requirement to SUPPLY & INSTALL two (2) outboard motors with controls onto a modified 25 foot Sea Ark Model 2308 boat in accordance with the Specifications attached with this solicitation. Labor shall include the removal of controls and gages currently installed on the boat, installation of the two (2) motors and all associated controls and gages, as well as a seamless repair of the dash to accommodate the new gages and painting of the dash. OFFERS MAY BE QUOTED AS FOLLOWS: Line Item 0001, Supply & Install Outboard Motors with Controls as Specified; Quantity: Two (2); Total Line Item Price: $__________. The government intends to make a single award for one lump sum. Offers for less than the required items requested will not be accepted. The Government intends to award without discussions (while reserving the right to hold discussions if determined advantageous to the Government), and offerors are encouraged to provide their best proposed pricing in their initial offer. PRODUCT SPECIFICATIONS: Reference the Attachment posted with this solicitation under the "Additional documentation" link toward the bottom of this announcement: DELIVERY REQUIREMENTS: Delivery shall be made to the following location on or before 30-Sept-2012: (FOB Destination) U.S. Army Corps of Engineers Vicksburg District (MVK), Warehouse 2449 Haining Road Vicksburg, MS 39183 EVALUATION OF OFFERS: All quotes submitted will be evaluated for Technical Acceptability, Satisfactory Past Performance & 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 & demonstrates satisfactory past performance. Technical Acceptability; is defined as the ability to meet all the requirements for supply & installation of the equipment as specified. Offerors must submit technical data for the equipment offered such as brand, model number, and/or any other pertinent information necessary for the government to make a determination of technical acceptability of the products being offered. Satisfactory Past Performance; to demonstrate satisfactory past performance the offeror shall provide documentation of satisfactory performance on past or current contracts involving supply and installation of outboard motors on contracts of a similar type, size, scope and complexity, as well as, provide references, including names and contact information of references who can verify such 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 information for the Government to determine the technical specifications, past performance and price of the equipment being offered. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. ORCA: Before a complete evaluation of quotes can be made offerors must provided "Offeror Representations and Certifications" for their company. The preferred method for completing offeror representations and certifications is to register at the ORCA web site; https://orca.bpn.gov/login.aspx. Offerors not wishing to register online must print, complete, and include FAR Clause 52.212-3, Offeror Representations and Certifications with their quote package. CCR: CCR registration is necessary, if you are not registered in the Central Contractor Registration (CCR) database, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. The following FAR Clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - and the following clauses cited within that clause: FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Set Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.204-7004 (Alt A.) Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); DFARS 252.232-7010 Levies on Contract Payments; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912EE-12-T-0026 are to be submitted via Bidder/Offeror Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid/offer inquiry items, offerors will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click, continue. From this page you may view all bidder inquiries or add inquiry. Bidders/Offerors will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-12-T-0026 The Bidder/Offeror Inquiry Key is: 48ZXGI-O114S4 Bidders/Offerors are encouraged to submit questions at least 3 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Notes to Offerors: Quotes are due Thursday, 19-July-2012 not later than 2:00 p.m. to U.S. Army Corps of Engineers, ATTN: R. Ellis Screws, 4155 East Clay Street, Vicksburg, MS 39183-3435. Quotes may be submitted electronically via email, providing that they are complete and provide all required information to: Ellis.Screws@usace.army.mil. For information concerning this solicitation, contact R. Ellis Screws at (601) 631-7527; E-mail: Ellis.Screws@usace.army.mil. You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. Offerors should check the FedBizOpps web site often for a new solicitation and/or modifications to this solicitation. Quotes are due Thursday, 19-July-2012 by 2:00 PM at the District Headquarters Office located at 4155 Clay Street, Vicksburg, MS 39183-3435. Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. Quotes must be clearly identified for Solicitation No W912EE-12-T-0026 to the Attn. of R. Ellis Screws, Vicksburg District Contracting Office, CEMVK-CT-S.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-12-T-0026/listing.html)
- Place of Performance
- Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Zip Code: 39183-3435
- Record
- SN02794497-W 20120707/120705234819-a632119d7c893c6d6740806ec8a7d24f (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 |