SOLICITATION NOTICE
W -- Troy Lock & Dam Crane Service Contract - Attachments
- Notice Date
- 11/1/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS18Q0001
- Point of Contact
- Alex Heinzel, Phone: 9177908087, Nicholas P. Emanuel, Phone: 9177908069
- E-Mail Address
-
alexander.t.heinzel@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(alexander.t.heinzel@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Attachment C - Service Contract Act WD 15-4143, Rensselaer County, NY Attachment B - Performance Work Statement Attachment A - Bid Schedule and Notes This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 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 for this requirement is W912DS18Q0001 and is hereby issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 and 2005-95 dated 19 January 2017. This requirement is being solicited as 100% Set-Aside for Small Business. The North American Industry System Code (NAICS) is 238990 - All Other Specialty Trade Contractors, with a Small Business Size Standard of $15M. The basis of award will be Low Price. Additionally, offerors must quote on all items to be eligible for award. The Bid Schedule (Attachment A) and Performance Work Statement (Attachment B) are included herein. The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration; provided that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to extension. It is understood and agreed to by the Contractor that he/she assumes full responsibility for the safety of his/her employees, protection of Government equipment and materials, and for any damage or injury done by or to them from any source or cause. As required by the Contract Clause 52.228-5 "Insurance - Work on a Government Installation", the Contractor shall furnish to the Contracting Officer, prior to the commencement of work, a certificate or written statement as evidence of the minimum insurance listed below. The Contractor shall procure and maintain such types and amounts of insurance during the entire period of his performance under this contract. The Contractor shall assure that the certificate or written statement is in accordance with required wording indicated in paragraph (b) of the aforementioned Contract Clause. The Contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance as follows: (1) General Liability Insurance (comprehensive form of policy) Bodily Injury Liability - $500,000 per occurrence Property Damage Liability - $20,000 per occurrence (2) Automobile Liability Insurance Bodily Injury Liability - $200,000 per person and $500,000 per accident Property Damage Liability - $20,000 per accident (3) Workman's Compensation and Employer's Liability Insurance Compliance with all applicable workmen's compensation and occupational diseases statues is required. Employer's liability coverage in the amount of $100,000 is required. Before commencing work under this contract, the Contractor shall notify the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective. The following provisions apply to this RFQ: FAR 52.212-1 Instructions to Offerors - Commercial and FAR 52.212-3 Offeror Representations and Certifications- Commercial Items. Note: 52.212-3 shall be completed in the offerors System for Award Management (SAM) record. All interested parties MUST be registered in SAM in order to receive a contract award. If you are not registered with SAM, you may contact the SAM Help Desk at 1-866-606-8220 or register on-line at http://www.sam.gov. The following clauses apply to this RFQ and resulting contract: 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, 52.217-9 Option to Extend the Term of the Contract, 52.222-41, Service Contract Act; 52.228-5 Insurance - Work on a Government Installation, 52.232-39 Unenforceability of Unauthorized Obligations, 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7003, 252.203-7005 - Representation Relating to Compensation of Former DoD Officials, 252.204-7004 - Alternate A, System for Award, Agency Office of the Inspector General,252.204-7012, Safeguarding of Unclassified Controlled Technical Information, 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7024, Notification of Transportation of Supplies by Sea Service Contract Act Labor Rate WD 15-4143 (Rev.-5) for the county of Rensselaer in the State of New York are in effect for this procurement (Attachment C).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS18Q0001/listing.html)
- Place of Performance
- Address: Troy, New York, 12180, United States
- Zip Code: 12180
- Zip Code: 12180
- Record
- SN04728411-W 20171103/171101230746-ce6b6581d99305edcdfe2ff4f6bb12a5 (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 |