SOLICITATION NOTICE
26 -- FURNISH AND DELIVER 10 NEW FIRESTONE SCRAPER TIRES
- Notice Date
- 9/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326211
— Tire Manufacturing (except Retreading)
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-12-T-0030
- Response Due
- 9/21/2012
- Archive Date
- 11/20/2012
- Point of Contact
- Brian T. Gladney, 6016315812
- E-Mail Address
-
USACE District, Vicksburg
(brian.t.gladney@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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation No. W912EE-12-T-0030 is being issued as a Request For Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation will be competed on an UnRestricted basis. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-60. The NAICS Code for this procurement is 326211 Tires Manufacturer with a size standard of 1,000 employees. The U.S. Army Corps of Engineers (USACE), Vicksburg District has a requirement for: Line Item 0001- FURNISH AND DELIVER (10) NEW FIRESTONE SUPER ROCK GRIP WB SCRAPER TIRES In accordance with the attached Specifications (Attachment 1). An award for this acquisition will be provided to the vendor whose quote is the Lowest Priced of those determined to be Technically Qualified. Evaluation -- Commercial Items (Jan 1999) (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: 1)Technical - Providing Equipment that at least meets the minimum specifications as defined in (Attachment 1) 2)Past Performance - Satisfactory past performance (delivery within the past 4 years) of tires of similar size and number. 3)Price Technical and past performance, when combined, are key areas of importance and emphasis to be considered in the source selection decision; and support meaningful comparison and discrimination between and among competing proposals. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of Provision) It is the vendor's responsibility to submit the following so the Government can evaluate the offeror's technical acceptability: 1) Sufficient information to determine the quality of each tire is in accordance with the specification requirements as defined in (Attachment 1) 2) The vendor must provide Past Performance contact information from similar jobs completed in the past 4 years of similar size, scope, and complexity. 3) Must include a filled out Bid Schedule Form (Attachment 2) The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.204-99, System for Award Management Registration (DEVIATION); 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items: And the following clauses/provisions within 52.212- 5: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21 Prohibition of Segregated Facilities; 52-222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following Clauses are also applicable to this acquisition: DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7011, Alternative Line Item Structure; 252.212-7000, Offeror Representations and Certifications--Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7010 Levies on Contract Payments. Quotes are due 21 September 2012 not later than 2:00 p.m. at the USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG, MS 39183-3435, ATTN: Brian T. Gladney. For information concerning this solicitation contact Brian T. Gladney at 601-631-5812 or email at Brian.T.Gladney@usace.army.mil. All technical inquiries and questions relating to W912EE-12-T-0030 are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid 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 next screen is correct and then click continue. From this page you may view all bidder inquiries or add inquiry. Bidders 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 bidder inquiry key is XB328C-92E7SD. Bidders are encouraged to submit questions at least 5 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. For Help with the ProjNet System; 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-12-T-0030/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
- SN02883605-W 20120916/120915000630-5878f1718c6933d9591e5872c47c9149 (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 |