SOLICITATION NOTICE
48 -- Replacement Butterfly Valves w/accesssories - Drawings and Specifications
- Notice Date
- 8/26/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332911
— Industrial Valve Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-16-R-0044
- Archive Date
- 9/24/2016
- Point of Contact
- Ramone A. Pierce, Phone: (757) 201-7883, Eartha Garrett, Phone: (757) 201-7131
- E-Mail Address
-
ramone.a.pierce@usace.army.mil, Eartha.Garrett@usace.army.mil
(ramone.a.pierce@usace.army.mil, Eartha.Garrett@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Bid Schedule (Great Bridge Lock Valves) Lock Valves and Accessories (Great Bridge Lock, Chesapeake, Virginia) THIS IS A 100% TOTAL SMALL BUSINESS SET-ASIDE This is a combined synopsis/solicitation for a commercial item, reference number W91236-16-R-0044. Prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The U.S. Army Corps of Engineers intends to procure two (2) 8' X 10' lock butterfly valves and various parts describe below in the Statement of Work (SOW) for the Great Bridge Lock in Chesapeake, Virginia. Valves and parts shall be manufactured in accordance with the plans and specifications. Valves and parts will be used for future repairs to the Great Bridge Lock. Parts will delivered and off loaded at the Great Bridge Reservation, 2509 Reservation Road, Chesapeake, Virginia 23322. FOB point is destination. Inspection and Acceptance shall be at destination by the Government. This announcement constitutes the only solicitation; quotes are being requested and an additional written solicitation will not be issued. This synopsis/solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures as defined in FAR Part 12. The successful Offeror shall accept the binding order by written acceptance of the SF1449 prior to undertaking performance. The NAICS code is 332911. The small business size standard is 750. SOW 1.0. Project Despcription: The work includes the fabrication and delivery of (2) replacement butterfly valves, including subcomponents, plus additional valve frames and accessories as described, for the Relief Tunnel for the Great Bridge AIWW locks and incidental related work. Delivery: US Army Corps of Engineers 2509 Reservation Road Chesapeake, VA 23322 POC: Joel Scussel 757-547-2109 Technical Specifications: Refer to attached Drawings and Specifications for all technical requirements. Clauses incorporated by Reference FAR 52.202-1 Definitions. FAR 52.203-5 Covenant Against Contingent Fees. FAR 52.203-6 Restrictions on Subcontractor Sales to the Government. FAR 52.203-7- Anti-Kickback Procedures. FAR 52.203-17-Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights. FAR 52.204-7, System for Award Management FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.204-19, Incorporation by Reference of Representations and Certifications. FAR 52.211-5, Material Requirements. FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items FAR 52.215-1, Instruction to Offerors, Competitive Acquisition. FAR 52.219-6, Small Business set aside FAR 52.222-3, Convict Labor FAR 52.222-19, Child labor - Cooperation with Authorities and Remedies FAR 52.222-26, Equal Opportunity FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36, Affirmative Action for Handicapped Workers FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. 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 52.225-18, Place of Manufacture. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232.1, Payments. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.243-1, Changes-Fixed Price. FAR 52.247-34, F.O.B. Destination FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.203-7000, Requirements Relating to Compensation DFARS 252.203-7002, Requirement to Inform Employees DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.204-7008, Export Controlled Item DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders DFARS 252.225-7001, Buy American Act and Balance of Payment 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 The above provisions and clauses can be found at http://farsite.hill.af.mil. This acquisition is set aside for the exclusive participation of small business concerns, provided that a minimum of two quotes, in accordance with this combined synopsis/solicitation, are received from responsible small business concerns whose quotes meet the solicitation requirements. If the Government receives only one such responsive quote from a small business concern, the Government reserves the right to make award to this source's quote or to withdraw the small business set-aside and award on the basis of full and open competition to any all responsible Offeror (including large business concerns). This announcement will close and quotes are due No Later Than 12:00 PM (EST) September 9, 2016. Late quotes will be handled in accordance with 52.212-1(f) Signed and dated offers, to include a complete listing of all items, must be submitted to US Army Corps of Engineers, Norfolk District, Attn: Ramone Pierce Phone (757) 201.7883, E-mail ramone.a.pierce@usace.army.mil Bidder Inquiry • Technical inquiries and questions relating to proposal procedures or bonds 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 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 Solicitation Number is: W91236-16-R-0044 • The Bidder Inquiry Key is: TE3AS9-84VE6B • The Bidder Inquiry System will be unavailable for new inquires September 2, 2016, 2:00 pm EST in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. • 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. • Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals." The Contracting Officer will award a firm fixed price contract to the lowest price, responsible contractor whose quote conforms to the RFQ and is determined fair and reasonable. The intent of this RFQ is to obtain the lowest priced quote. Accordingly, award shall be made on the basis of the lowest price. Quotes which do not contain pricing for all items identified on the bid schedule shall be excluded from consideration for award. The Government reserves the right to reject all quotes. The Government will not award a contract to a contractor whose quote contains a deviation, as described below. The Government shall not award a contract to a contractor whose quote does not contain pricing for all items contained on the bid schedule or whose quote changes or deviates from any bid items. System for Award Management (SAM). Offerors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at https://www.sam.gov/portal/public/SAM All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. See Section I Overview and Section II Factors for Evaluation for all instructions, conditions, and notices to offerors or respondents for preparation of technical and price quote. Responsible sources may submit a bid, proposal, or quote which shall be considered. Offers shall be submitted via E-mail only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-16-R-0044/listing.html)
- Place of Performance
- Address: 2509 Reservation Road, Chesapeake, Virginia, 23322, United States
- Zip Code: 23322
- Zip Code: 23322
- Record
- SN04243906-W 20160828/160826235541-22dc1c4de171905babfc076c547444fe (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 |