Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2012 FBO #3969
SOLICITATION NOTICE

59 -- REPLACEMENT & INSTALLATION OF CIRCUIT BREAKERS

Notice Date
10/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-13-T-0001
 
Response Due
10/23/2012
 
Archive Date
12/22/2012
 
Point of Contact
Brian T. Gladney, 6016315812
 
E-Mail Address
USACE District, Vicksburg
(brian.t.gladney@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 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-13-T-0001 is being issued as a Request For Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation will be competed as a Total Small Business Set-Aside. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-61. The NAICS Code for this procurement is 335313 Circuit Breaker Manufacturer with a size standard of 750 employees. The U.S. Army Corps of Engineers (USACE), Vicksburg District has a requirement for: ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 000116Each$.$. FURNISH, DELIVER, AND INSTALL (16) NEW LOW VOLTAGE CIRCUIT BREAKERS 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 and whose Past Performance is determined to be Satisfactory. FAR 52.212-2 - 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 (on time delivery within the past 4 years) of circuit breakers of similar size and voltage. 3)Price The vendor must submit the following so the Government can evaluate the offeror's technical acceptability: 1) Sufficient information to determine the quality of each circuit breaker is in accordance with the specification requirements as defined in (Attachment 1) 2) The vendor must provide Past Performance contact information from similar deliveries completed in the past 4 years of similar size, scope, and complexity. 3) Must include a filled out Bid Submission Form (Attachment 2), as well as a plan for installation based on findings from a schedule site visit. The vendor is also REQUIRED to make a site visit to inspect the existing configuration, measure clearances and develop a plan for installation. THE SITE VISIT MAY BE SCHEDULED ANY BUSINESS DAY FROM THE DATE OF POSTING TILL ITS CLOSE. THE POINT OF CONTACT WILL BE CODY ECKHARDT: OFFICE (601-631-5665) OR EMAIL (CODY.ECKHARDT@USACE.ARMY.MIL). FAILURE TO SCHEDULE AND ATTEND A SITE VISIT MAY CAUSE YOUR QUOTE TO BE ELIMINATED FROM CONSIDERATION. 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; 52.212-2, Evaluation-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; 52.219-6 Notice of Total Small Business Set-Aside; 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; 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country; 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; 252.225-7000 Buy American Statute-Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7010 Levies on Contract Payments. Quotes are due 23 October 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-13-T-0001 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 W7YZKP-48B324. 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-13-T-0001/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN02908561-W 20121006/121004235231-a0ade72e20d21e6df05f9b73fe1e4cd3 (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.