SOLICITATION NOTICE
36 -- SUPPLY AND DELIVER SPARE PARTS FOR THE MOTOR VESSEL WILLIAM JAMES
- Notice Date
- 2/6/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332710
— Machine Shops
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-15-T-0007
- Response Due
- 2/20/2015
- Archive Date
- 4/7/2015
- Point of Contact
- Cynthia L. Sims, (601) 631-5666
- E-Mail Address
-
USACE District, Vicksburg
(cynthia.l.sims@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. Solicitation Number W912EE-15-T-0007 is being issued as a request for quotation (RFQ) with the intent to award as a commercial purchase. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-76. This procurement is a 100% small business set aside under NAICS Code 332710 with a size standard of 500 employees. The USACE requires the supply and delivery of spare parts for the Motor Vessel William James meeting the specifications outlined in the document entitled quote mark Description of Requirements quote mark. PROJECT SPECIFICATIONS: COMPLETE PROJECT SPECIFICATIONS AND OTHER ATTACHMENTS are posted as an attachment to this solicitation. To access the specification documents click on the quote mark Additional Documentation quote mark link toward the bottom of this posting. This is an all or none requirement. Offerors must also provide the estimated lead time for supply and delivery of spare parts for the M/V William James in accordance with the specifications. FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR Provision 52.212-2, Evaluation - Commercial Items applies to this acquisition. Award shall be made on the basis of the lowest evaluated price of offers that meet or exceed the acceptability standards for non-price factors. Offerors must include either a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items OR a copy of their ORCA with this offer. The Clause 52.212-4, Contract Terms and Conditions, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following clauses apply to this acquisition: FAR 52.202-1, Definitions; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract 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 52.222-35, Equal Opportunity for Veterans; 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 52.232-8, Discounts For Prompt Payment; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.222-20, Contracts for Materials, Supplies, Articles and Equipment Exceeding $15,000; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-1, Buy American - Supplies; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.204-7, System for Award Management; 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 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A, System for Award Management; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.244-7000, Subcontracts for Commercial Items; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. SAM Registration: All offerors shall be registered in the System for Award Management (SAM). If you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process acquisition. OFFERS MAY BE QUOTED AS FOLLOWS: Provide your pricing on the Bidding Schedule attached to this solicitation posting. Quotes are due 20 February 2015, not later than 2:00 p.m. CST. Quotes may be submitted by email to Cynthia L. Sims at cynthia.l.sims@usace.army.mil. For information concerning this solicitation, contact Cynthia Sims by email at cynthia.l.sims@usace.army.mil. Offerors should check the FebBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones. THIS PROCUREMENT IS 100% SET ASIDE FOR SMALL BUSINESS CONCERNS UNDER NAICS CODE 332710 WITH SIZE STANDARD OF 500 employees. DELIVERY REQUIREMENTS: Delivery shall be made to the following location: Mat Sinking Unit 2577 Haining Rd Vicksburg, MS, 39183 Evaluation Criteria. Requirement shall be awarded to the lowest price technically acceptable offeror. The offer shall be evaluated according to technical acceptability and price. Technical Acceptability - the ability to meet the minimum requirements as specified in this solicitation. To be determined technically acceptable, offerors must provide technical specifications for the equipment they are quoting. TECHNICAL INQUIRIES AND QUESTIONS Technical inquiries and questions relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet at (https://www.projnet.org). Offerors are encouraged to submit questions at least 3 days prior to solicitation due date, in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A prospective vendor who submits a comment /question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet. The Solicitation Number is: W912EE-15-T-0007 The Bidder/Offeror Inquiry Key is: EAQEJJ-PVW667 Specific Instructions for ProjNet Bid Inquiry Access: 1.From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 2.Identify the Agency. This should be marked as USACE. 3.Key. Enter the Bidder Inquiry Key listed above. 4.Email. Enter the email address you would like to use for communication. 5.Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6.Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7.Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. 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 Friday, 20 February 2015 not later than 2:00 p.m. CST, to U.S. Army Corps of Engineers, ATTN: Cynthia L. Sims, 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: cynthia.l.sims@usace.army.mil. For information concerning this solicitation, contact Cynthia L. Sims at (601) 631-5666; E-mail:cynthia.l.sims@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. Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. Proposals must be clearly identified for Solicitation No W912EE-15-T-0007 to the attention of Cynthia L. Sims, Vicksburg District Contracting Office, CEMVK-CT-C.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-15-T-0007/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
- SN03635427-W 20150208/150206234448-bfd77f97075204b070a1a096a8ca413f (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 |