SOLICITATION NOTICE
46 -- Labor and Material to Remove Existing Tank and Install New Well Tank
- Notice Date
- 7/5/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332420
— Metal Tank (Heavy Gauge) 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-0022
- Response Due
- 8/6/2012
- Archive Date
- 10/5/2012
- Point of Contact
- Melinda Windham, 601-631-7063
- E-Mail Address
-
USACE District, Vicksburg
(melinda.windham@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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. This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. Solicitation Number W912EE-12-T-0022 is being issued as a Request for Quotation (RFQ) with the intent to issue a single award Firm-Fixed Price contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-58. THIS PROCUREMENT IS BEING COMPETED AS A 100% SMALL BUSINESS SET-ASIDE. The NAICS code for this procurement is 332420; with a size standard of 500 employees for a Firm Fixed Price contract. This procurement may be quoted as follows: Line Item 0001, Labor and material to remove existing tank and install new tank; Quantity: 1; Unit: Lump Sum; Total Line Item Price: $__________. PRODUCT SPECIFICATIONS: Reference the Attachments posted with this solicitation under the "Additional documentation" link toward the bottom of this announcement. EVALUATION OF OFFERS: In accordance with FAR Part 52.212-2(a), 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. The following factors shall be used to evaluate offers: Technical capability, past performance, and price. Technical capability for this acquisition is defined as the documented ability of the equipment and installation to meet and to perform in accordance with the requirements of the specifications and be of a satisfactory quality. The government will issue award to the supplier whose quote is the lowest price of those determined to meet at least the minimum requirements for the required technical ability and past performance as listed in the product specifications. If a vendor does not have past performance then a neutral rating will be giving. Pre-Award Submittals; The contractor shall submit information verifying their technical capability which will enable the Government to determine the company's capability by providing literature on the product proposed and technical features. Failure to submit sufficient information for the government to determine technical capability and past performance information or a statement certifying that no past performance information is available may be cause for the rejection of the quote. ORCA: Before a complete evaluation of quotes can be made offerors must provide "Offeror Representations and Certifications" for their company. The preferred method for completing offeror representations and certifications is to register on the ORCA web site at 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. The government intends to make a single award for one lump sum 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. 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. Quotes are due 6 August 2012 not later than 2:00 p.m. (CST) to U.S. Army Corps of Engineers, ATTN: Melinda Windham, 4155 East Clay Street, Vicksburg, MS 39183-3435. Quotes/offers may be submitted electronically via email, providing that they are complete and provide all required information to: Melinda.Windham@usace.army.mil. For information concerning this solicitation, contact Melinda Windham at (601) 631-7063; E-mail: Melinda.Windham@usace.army.mil. The following FAR Clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications - Offerors must include a completed copy of this provision with this offer; FAR 52.212-4 Contract Terms and Conditions - Commercial Items (MAR 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (AUG 2009) - Alternate II (MAY 2009), and the following clauses cited within that clause: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995); FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns (May 2004); FAR 52.219-28 Post Award Small Business Program Re-representation (Apr 2009); 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 52.222-35 Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 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 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005); 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-0022 are to be submitted via Bidder/Offeror Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid/offer inquiry items, bidders 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 the 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-0022 The Bidder/Offeror Inquiry Key is: WELOXK-NWXC21 Bidders/Offerors are encouraged to submit questions at least 7 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. Special Notes to Bidders: 1.Request for Quotes (RFQ) No. W912EE-12-T-0022 For: Hydro Pneumatic Well Tank for Arkabutla Lake RFQ Due Date: 6 August 2012, 2:00 p.m. (CST) 2.Site visit: Tuesday, 17 July 2012, at 1:30 p.m. at 5500 Arkabutla Dam Road, Hernando, MS 38632 3.This is a Total Small Business Set-Aside procurement. 4.Technical issues will be managed via Projnet. All questions MUST be submitted via Projnet. 5.Quotes must be clearly identified for Solicitation No. W912EE-12-T-0022 to the Attn. of Melinda Windham, Vicksburg District Contracting Office, 4155 Clay Street, Vicksburg, Mississippi 39183-3435. 6.Offerors are responsible for reading all information contained in this solicitation and all attachments posted with it. 7.Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. 8.Offerors should check the FedBizOpps website often for new solicitation and/or amendments to this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-12-T-0022/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
- SN02794966-W 20120707/120705235349-d06cfa3032941dd0ad6ce1d2a2d61c88 (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 |