SOLICITATION NOTICE
A -- Installation of an Airfield Quality Portland Cement Concrete (PCC) Pavement Model - Attachment 01 (Performance Work Statement) - Attachment 03 (Past Performance References) - Attachment 02 (Quote Submission Form)
- Notice Date
- 7/25/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ17Q5756
- Archive Date
- 8/17/2017
- Point of Contact
- Jody R. Criss, Phone: 6016345248
- E-Mail Address
-
Jody.Criss@usace.army.mil
(Jody.Criss@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment 02 (Quote Submission Form) Attachment 03 (Past Performance References) Attachment 01 (Performance Work Statement) 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; quotes are being requested, and a written solicitation will not be issued. Requisition Number W81EWF71635756 is being issued as a Request for Quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation will be competed as a 100% Small Business Set-Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Geotechnical & Structures Laboratory at Vicksburg, MS has a requirement for the following: Installation of an Airfield Quality Portland Cement Concrete (PCC) Pavement Model Potential vendors may access the following attachments below: Attachment 01 (Performance Work Statement) Attachment 02 (Quote Submission Form) Attachment 03 (Past Performance References) Delivery will be FOB Destination to the following location: Vicksburg, MS 39180 The North American Industry Classification System Code for this procurement is 541712 (Research and Development in the Physical, Engineering, and Life Sciences except Biotechnology) with a small business size standard of 1,000 employees. In accordance with the attached Performance Work Statement (Attachment 01), an award for this acquisition will be provided to the offeror whose quote provides the best value to the government. FAR 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: 1) Technical - Providing materials and services that meet or exceed the specifications as defined in Attachment 01 2) Price 3) Past Performance The technical factor and the past performance factor combined are more important than price. The vendor must submit the following so the government can evaluate the offeror's quote: 1) Sufficient information to determine that the quality of the materials and service is in accordance with the Performance Work Statement as defined in (Attachment 01). The offeror must submit a copy of the proposed concrete mix design. Also, the offeror should provide a copy of the past quality control data for that mix design if it is available. 2) The offeror must include a completed Quote Submission Form (Attachment 02). 3) The offeror must include a list of three references for projects completed by the offeror in the past. The list should include the name and contact information of individuals familiar with the past performance of the offeror on previously completed projects. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.204-99 System for Award Management Registration (DEVIATION) 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 Offerors Representations and Certifications- Commercial Items The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items 252.225-7000 Buy American Statute-Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7010 Levies on Contract Payments Additionally, the following clauses/provisions located within FAR 52.212- 5 apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interests 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 Representation 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 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Quotes are due 02 August 2017 not later than 2:00 p.m. Central Time by email to Jody.Criss@usace.army.mil. For all technical inquiries and questions relating to this solicitation, contact Jody Criss at Jody.Criss@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ17Q5756/listing.html)
- Place of Performance
- Address: 3909 Halls Ferry Road, Vicksburg, Mississippi, 39180, United States
- Zip Code: 39180
- Zip Code: 39180
- Record
- SN04596572-W 20170727/170726042700-734361a99bf7b419e696d6c97dea91d7 (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 |