SOLICITATION NOTICE
95 -- Montgomery L/D Spare Gate Parts - Attachment 3 - Drawings - Attachment 1 - Bid Schedule - Attachment 2 - Specifications
- Notice Date
- 3/18/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Pittsburgh, 1000 Liberty Avenue, W.S. Moorhead Federal Building, 22nd Floor, Pittsburgh, Pennsylvania, 15222-4186, United States
- ZIP Code
- 15222-4186
- Solicitation Number
- W911WN-16-Q-4608
- Archive Date
- 4/19/2016
- Point of Contact
- Matthew W. Reed, Phone: 4123957157
- E-Mail Address
-
matthew.w.reed@usace.army.mil
(matthew.w.reed@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 2 - Specifications Attachment 1 - Bid Schedule Attachment 3 - Drawings This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisition Regulation 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. The solicitation number is W911WN-16-Q-4608. It is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The NAICS Code for this acquisition is 332312, Fabricated Structural Metal Manufacturing. The Small Business Size Standard for this NAICS Code is 500 employees. This requirement is 100% Set-Aside for Small Business concerns. Any resultant contract shall be Firm-Fixed Price, and one award is anticipated. Offerors must be registered in the System for Award Management (SAM) in order to be awarded a contract. The SAM registration process may be accessed at the following link: https://www.sam.gov In the event that you provide the low quote, please be advised your registration in the System for Award Management (SAM) must be current / active. Registration is FREE to all vendors. PLEASE ensure your annual SAM registration is current. If it has expired, or will expire soon, PLEASE START THE RENEWAL PROCESS TODAY if you intend to submit a quote. PLEASE SEE ATTACHMENTS FOR A DETAILED DESCRIPTION OF REQUIREMENTS, DRAWINGS, AND THE BID SCHEDULE Required Delivery Date: 6 months after contract award. Delivery Location: Pittsburgh Engineering Warehouse and Repair Shops (PEWARS), 3500 Grand Avenue, Neville Island, PA 15225-1584 FOB Point: Destination Inspection/Acceptance: Destination The provisions and clauses incorporated herein may be accessed at the following link: http://farsite.hill.af.mil FAR Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition Addenda to 52.212-1, Instructions to Offerors-Commercial 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.225-18, Place of Manufacture 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.203-7996 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation 252.203-7997 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7004 Alt A, System for Award Management Alternate A 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7011, Alternative Line Item Structure 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law-Fiscal Year 2016 This purchase will be awarded to the offeror with the lowest price technically acceptable quote. Offerors are expected to complete provision 52.212-3, Offeror Representations and Certifications-Commercial Items Alternate I as part of the SAM registration process. If you have completed your annual representations and certifications electronically, but need to amend or update any of them for this acquisition; you must print the provision, complete it manually, and submit with your offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition Addenda to 52.212-4, Contract Terms and Conditions-Commercial Items 52.204-9, Verification of Contractor Personnel 52.204-13, System for Award Management Maintenance 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractor 252.203-7000, Requirements Relating to Compensation of Former DOD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Work Product 252.204-7006, Billing Instructions 252.204-7012, Safeguarding Defense Information and Cyber Incident Reporting 252.204-7015, Disclosure of Information to Litigation Support Contractors 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DOD Contracts) 252.247-7023, Transportation of Supplies by Sea The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable as follows: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest 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 Rerepresentation 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, Combatting Trafficking in Persons 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-3, Free Trade Agreements-Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management Offers are due by 04 April 2016, 10:00 AM EST. Offers will be accepted via email to matthew.w.reed@usace.army.mil (preferred); or via parcel delivery at: U.S. Army Corps of Engineers, Pittsburgh District, Attn: Matthew Reed, W.S. Moorhead Federal Building, 1000 Liberty Avenue, Room 2203, Pittsburgh, PA 15222-4186; or via fax at 412-395-7110. Offers must reference this solicitation number in the subject line of the email or the return address of the parcel or the cover sheet of the fax.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA59/W911WN-16-Q-4608/listing.html)
- Place of Performance
- Address: Pittsburgh Engineering Warehouse and Repair Shops, 3500 Grand Avenue, Neville Island, Pennsylvania, 15225-1584, United States
- Zip Code: 15225-1584
- Zip Code: 15225-1584
- Record
- SN04055355-W 20160320/160318235223-6b4b5cfc813ad1e843c61320d1be7fdb (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 |