Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 27, 2016 FBO #5330
SOLICITATION NOTICE

68 -- SUPPLY AND DELIVER OXALIC ACID - Specifications/Bidding Schedule

Notice Date
6/25/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325613 — Surface Active Agent Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Vicksburg, Attn: CEMVK-CT, 4155 Clay Street, Vicksburg, Mississippi, 39183-3435, United States
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-16-T-0024
 
Archive Date
6/30/2016
 
Point of Contact
Robert Ellis Screws, Phone: 6016317527
 
E-Mail Address
Ellis.Screws@usace.army.mil
(Ellis.Screws@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bidding Schedule Delivery Specification This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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-16-T-0024 is being issued as a request for quote (RFQ) with the intent to issue one firm fixed price contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 05-76. The NAICS code for this procurement is 325613 - Surface Agent manufacturing, with a Size Standard of 750 Employees. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. The U.S. Army Corps of Engineers, Vicksburg District, has a requirement to supply and deliver of Oxalic Acid to locations specified. OFFERS MAY BE QUOTED AS FOLLOWS: Provide your pricing on the Bidding Schedule attached to this solicitation posting. Description Quantity Unit Price Total Quoted Price 55# bags Oxalic Acid 1,364 tiny_mce_marker____ tiny_mce_marker_________ PROJECT SPECIFICATIONS: 1) SCOPE: The Contractor shall supply and deliver, 1,364, 55# bags of Oxalic Acid. 2) DELIVERY: The Contractor will be required to deliver the Oxalic Acid to the Address: 2249 Haining Road Vicksburg, Ms. 39180. The Contractor shall contact Lin Lepard upon arrival and a fork lift will be available to unload the pallets of Acid. Technical Point of Contact numbers are Office 601-631-7666; Cell 601-527-0060 3) DELIVERY DATE: The contractor shall be capable of making the complete delivery immediately upon receipt of award. On or about Wednesday, 29 June 2016. COMPLETE PROJECT SPECIFICATIONS AND OTHER ATTACHMENTS are posted as an attachment to this solicitation. To access the specification documents click on the "Additional Documentation" link toward the bottom of this posting. The government intends to make one award for one firm fixed price contract. Offers for less than the required delivery will not be accepted. The Government intends to award without discussions while reserving the right to hold discussions if determined advantageous to the Government. Offerors are encouraged to provide their best proposed pricing in their initial offer. 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: All quotes submitted will be evaluated for Technical Acceptability & Price. The government will issue award to the offeror whose quote is the Lowest Price of those determined to meet the minimum requirements to be determined technically acceptable. Submittals; It is incumbent upon the offeror to submit sufficient information for the Government to make a determination of your technical acceptability, and price. Failure to submit sufficient information for the government to determine your technical acceptability, or price may be cause for rejection of your quote. (1) Technical Acceptability - to be determined technically acceptably offerors shall submit for evaluation, documentation of their capability to provide the total amount of product specified, and be capable of completing the full delivery immediately upon receipt of contract award. On or about 29 June 2016. (2) Price - Price quotes will be examined to determine the extent to which proposed prices are comparable with the Government estimates, and previous procurement history and a determination made of Price Reasonableness. The Government may reject any quote that is determined to be Not Fair and Reasonable, or unrealistically high or low in price when compared to Government estimates. Award will be made on the basis of lowest price, technically acceptable (LPTA). 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. The following FAR Clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications; 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 - and the following clauses cited within that clause: FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government; FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Set Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; 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 52.222-37 Employment Reports on Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 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 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.203-3 Gratuities; FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-7 System for Award Management; FAR 52.211-17 Delivery of Excess Quantities; FAR 52.211-16 Variation in Quantity; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.252-2 Clauses Incorporated by Reference; 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 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7001 Buy American and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.212-7000 Offeror Reps & Certs; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.247-7023 Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. 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-16-T-0024 The Bidder/Offeror Inquiry Key is: 4M758V-T52DG5 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 no later than, Tuesday, 28 June 2016, not later than 2:00 p.m. CST, to U.S. Army Corps of Engineers, ATTN: Brandy Martin, 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: Brandy.K.Martin@usace.army.mil. For information concerning this solicitation, contact Brandy Martin (601) 631-7063. • 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-16-T-0024 to the Attn. of Brandy Martin, Vicksburg District Contracting Office, CEMVK-CT-S.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-16-T-0024/listing.html)
 
Place of Performance
Address: 2249 Haining Road, Vicksburg, Mississippi, 39180, United States
Zip Code: 39180
 
Record
SN04162284-W 20160627/160625233049-4fecb052bde56962c6148d82c9282ef2 (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.