SOLICITATION NOTICE
39 -- SHEAVES - Sheave Drawing
- Notice Date
- 11/3/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Memphis, Attn: CEMVM-CT, 167 North Main Street, Room B-202, Memphis, Tennessee, 38103-1894, United States
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ-16-Q-0001
- Archive Date
- 11/25/2015
- Point of Contact
- Valerie Marshall, Phone: 9015443619
- E-Mail Address
-
valerie.marshall@usace.army.mil
(valerie.marshall@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sheave Drawing 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. The solicitation number is W912EQ-16-Q-0001 and is being issued as a Request for Quote. This procurement is 100% Small Business Set-Aside. The associated NAICS code is 333923 with the size standards of 500 employees. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the below listed items to be delivered in accordance with the specifications listed below: SPECIFICATIONS: The U.S. Army Corps of Engineers, Memphis District has a requirement for Wire Rope Sheaves. The supplies shall be delivered to USACE Ensley Engineer Yard, 2915 Riverport Road, Memphis, Tennessee, 38109. Delivery shall be as soon as possible but not later than 6 weeks after contract award. Point of Contact for questions regarding supply specifications is Paul Lacy (901) 785-6070. The Bank Grader is in need of: CLIN 0001 - Twenty-Five (25) 19-3/4" outer diameter sheaves with 4-1/2" bores for 1-1/8" wire rope (Quantity: 25; Unit: each) CLIN 0002 - Ten (10) 30" outer diameter sheaves with 4-1/2" bores for 1/1-8" wire rope (Quantity: 10; Unit: each) Drawing provided as attachment Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email to Valerie Marshall at valerie.marshall@usace.army.mil. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Contractors shall submit quote on company letterhead to include pricing for the requested service items, with its unit price, extended price, freight (delivery) charge, total price, delivery date, prompt payment terms, remittance address, Tax Identification Number, DUNS number, and Cage Code. Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.204-7 System for Award Management FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation - Commercial Items: FAR 52.212-3 Offeror Representation and Certifications--Commercial Items 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 (Dev) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-13 Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies 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 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (SAM) FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-2 Clauses to Incorporate by Reference (HTTP://FARSITE.HILL.AF.MIL) FAR 52.253-1 Computer Generated Forms The following DFARS Clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 System for Award Management, Alternate A DFARS 252.204-7007 Alternate A, Annual Representations and Certifications DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 Identification and Valuation DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources of Subcontracting DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7010 Levies on Contract Payments DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Tuesday, November 10, 2015 no later than 10:00 AM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-16-Q-0001 addressed to Valerie Marshall, Phone (901) 544-3619, Fax (901) 544-3710, email: valerie.marshall @usace.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors must also be registered in SAM under the applicable NAICS code (333923) as indicated in this RFQ to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220. NOTICE TO BIDDERS A. The following documentation must be submitted with your quote for evaluation 1. Provide pricing for line items above on your company letterhead; include Dun's Number & Cage Code 2. Representations and Certifications 3. All amendments must be acknowledged B. Offerors ADDRESS - Prospective Offerors should indicate in the offer, the address to which payment and/or correspondence should be mailed. C. AMENDMENTS PRIOR TO SOLICITATION CLOSING - The right is reserved as the interest of the Government may require, to revise or amend the specifications prior to the date set for quotes. Such revisions and amendments, if any, will be announced by an amendment or amendments to this Request for Quote. If the revisions and amendments are of a nature which requires material changes in quantities or prices bid or both, the date set for opening quotes may be postponed by such number of days as in the opinion of the issuing officer will enable offerors to revise their quote. In such cases, the amendment will include an announcement of the new date for quote response time. D. Required System for Award Management Registration - By submission of a quote, the Offerors acknowledges the requirement that prospective awardees must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from this quote. Lack of registration in the SAM database will make an Offeror ineligible for award. Contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or at: http://www.sam.gov. E. Basis of Award - The Government will award a purchase order, from this combined synopsis/solicitation to the responsible Offerors whose offer conforming to the solicitation will be most advantageous to the Governments' specifications and price. FAR 52.212-2 Evaluation - Commercial Items: Blank space shall read: Price and Past Performance. Basis of Award - The Government will award a contract, from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government based on price. Offeror's price quote will be evaluated to determine price reasonableness. Prices which are excessively high or low may be considered unrealistic and unreasonable may receive no further consideration. (Paragraph 2) A review of past performance will be conducted on this requirement. The quality and delivery classifications identified for a supplier in the Past Performance Information Retrieval System Statistical Reporting (PPIRS SR) application (http://www.ppirs.gov/) will be used by the contracting officer to evaluate a supplier's past performance. In the case of a supplier without a record of relevant past performance history in PPIRS SR for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history. The Government reserves the right to award to the supplier whose quotation or offer represents the best value to the Government. SPECIAL PROVISIONS, TERMS, CONDITIONS AND INSTRUCTIONS, INCORPORATED BY FULL TEXT 0010 CUSTOMER INSTRUCTIONS "Only a warranted Contracting Officer (either a Procuring Contracting Officer (PCO), or an Administrative Contracting Officer (ACO)), acting within their delegated limits, has the authority to issue modifications or otherwise change the terms and conditions of this contract. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this contract you shall not proceed with the change and shall immediately notify the Contracting Officer." The customer is responsible for forwarding proof of delivery (SF 1449/DD FORM 1155 or DD 250 or electronic equivalent) signed by a government official to the address located in block 18a. Failure to do so may cause a delay in payment to the contractor. If any items delivered are not in accordance with the contract or purchase order, notify the contracting officer in writing. 0020 WARRANTY UNLESS OTHERWISE STATED, STANDARD COMMERCIAL WARRANTIES APPLY, PLEASE FURNISH A WRITTEN COPY WITH YOUR DELIVERY. 0030 CONTRACTING OFFICERS' E-MAIL ADDRESS/PHONE/FAX NUMBER(S) Valerie.marshall@usace.army.mil, (901) 544 3619 - office, (901) 544-3710 - fax Monica.moody@usace.army.mil, (901) 544-0838 0040 DELIVERY TIMES The following delivery times are established for contactors: 0700-4:00pm, M-T (Monday thru Thursday) 0700-3:00pm, Friday (UNLESS OTHERWISE INSTRUCTED) No deliveries will be accepted on Federal holidays. Call in advance to ensure availability; Matthew Davis (901) 544-3762 or Armin Reynolds (901) 785-6070 All vendors shall have a delivery ticket with each delivery. The delivery ticket will ensure prompt processing of payment. 0050 DELIVERY INTENT/NOTIFICATION CLAUSE DELIVERY INTENT: It is the contractor's responsibility to notify/coordinate with the Supply Manager a minimum of three (3) days prior to the anticipated date of arrival. Contractor shall provide: 1) Government purchase order number 2) Delivery Point 3.) Carrier name and tracking information/estimated delivery date DELIVERY PARTIAL/COMPLETE: It is the contractor's responsibility to notify the CONTRACTING OFFICE within seven (7) days after a partial/complete delivery of goods. Contractor shall provide 1) Purchase order number 2) Delivery Point/Service Point 3.) Name of the person who accepted delivery and actual date of delivery. 4.) Other information as required by the contracting office The preferred method is via telephone by contacting someone listed in 0040. You may fax the information to also after you've contacted someone listed in 0040. Be sure to include a principle point of contact at your company, telephone number, fax number and e-mail address. 0060 FEDERAL, STATE AND LOCAL TAXES-GOVERNMENTAL ENTITY The U.S. Government is exempt from state sales or use taxes and federal excise taxes. This purchase is not subject to Tennessee State Sales tax per K.A.R. 92-19-77. For additional information contact your local, state, or federal taxing authority. 0070 INSTALLATION PASSES/ACCESS TO Ensley Engineering Yard Contractors should be aware that this is a Government Installation and that all access to this installation is granted by the Memphis District Security Forces. The U.S. Government will not be held liable for any delays or breach of contract caused by refusal of the Memphis District Security Forces. If a gate pass is not granted to a contractor allowing the delivery of goods, execution of warranty support, or performance of services please contact the contracting officer immediately in writing. 0080 BLOCK 18a OF SF 1449, PAYMENT WILL BE MADE BY: USACE FINANCE CENTER 5722 INTEGRITY DRIVE BLDG S-787 MILLINGTON TN 38054-5005 0090 BLOCK 18b OF SF 1449, SUBMIT INVOICES: DESIGNATED BILLING OFFICE: Invoice(s) can be emailed to Finance Center at: CEFC.B1invoices@usace.army.mil USACE FINANCE CENTER 5722 INTEGRITY DRIVE BLDG S-787 MILLINGTON TN 38054-5005 AND USACE - ENSLEY ENGINEER YARD ATTN: ARMIN REYNOLDS METALS UNIT 2915 RIVERPORT ROAD MEMPHIS, TN 38109 FAILURE TO MAIL YOUR INVOICE(s) TO THIS ADDRESS MAY DELAY PAYMENT TO EXPEDITE PAYMENT: Please fax your invoice to 901-874-8731 (Designated Billing Office). Invoice(s) must include: (1) Name and address of the Contractor; (2) Invoice date; (3) Contract number, contract line item number and, if applicable, the order number; (4) Description, quantity, unit of measure, unit price and extended price of the items delivered; (5) Shipping number and date of shipment including the bill of lading number and weight of shipment if shipped on Government bill of lading; (6) Terms of any prompt payment discount offered; (7) Name and address of official to whom payment is to be sent; and (8) Name, title, and phone number of person to be notified in event of defective invoice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-16-Q-0001/listing.html)
- Place of Performance
- Address: USACE ENSLEY ENGINEER YARD 2915 RIVERPORT ROAD, Memphis, Tennessee, 38109, United States
- Zip Code: 38109
- Zip Code: 38109
- Record
- SN03936332-W 20151105/151103234054-118a6b0aee6bb589324ffddda4d8528d (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 |