SOLICITATION NOTICE
61 -- Procure and Install 240v Transformer - PWS - Bid Schedule
- Notice Date
- 2/10/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- 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
- W9123618Q0005
- Archive Date
- 3/10/2018
- Point of Contact
- Garland D Cooper, Phone: 7572017748, Eartha Garrett, Phone: (757)201.7131
- E-Mail Address
-
garland.d.cooper@usace.army.mil, Eartha.D.Garrett@usace.army.mil
(garland.d.cooper@usace.army.mil, Eartha.D.Garrett@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Bid Schedule Performance Work Statement This is a combined synopsis/solicitation for commercial services, reference number W91236Q180005, prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This synopsis/solicitation is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the test program for commercial items (Reference Class Deviation 2018-O0010 - P e r m a n e n t Authority for Use of Simplified Acquisition Procedures for Certain Commercial Items, from Federal Acquisition Regulation (FAR) 13.5.) This announcement constitutes the only solicitation; quotes are being requested and an additional written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE MADE AVAILABLE. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005- 97 and DFARS Change Notice 28 December 2017. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The successful offeror shall accept the binding order by written acceptance of the SF1449 prior to undertaking performance. This RFQ is issued as a 100% set-aside for small business concerns. The NA I C S code is 238210, and the small business size standard is 15 million dollars. Wage determination 2015-4341, Rev No. 8 dated, 1/10/2018 is applicable to this solicitation. The award resulting from this contract will be a firm-fixed price contract. The US Army Corps of Engineers has a requirement for a vendor to procure and install 240 Volt Transformer at USACE, Norfolk District, VA.; with a period of performance of 10 days after date of award. Unless otherwise specified in the proposed contract resulting from this solicitation, the Government is responsible for the p e r fo r m a n c e of all inspection requirements and quality control. Inspection and Acceptance shall be at destination by the Government. Quote Submission Requirements When submitting your quote, please provide a unit price and extended total on the Bid Schedule provided for all bid items. Failure to address this area of the RFQ may result in your quote not being considered for award. The Government may determine that an offer is unacceptable. The Government will award a contract resulting f ro m this solicitation to the responsible offeror whose offer conforming to the solicitation offers the lowest price. Offerors shall provide the following company Information: Company Name Address CityState CAGE Code DUNS TIN Website Point of Contact Name E mail Phone Clauses incorporated by Reference The following FAR provisions and clauses are applicable to this procurement: CLAUSES INCORPORATED BY REFERENCE 52.204-7, System for Award Management 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items 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 52.203-6, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 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, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-1, Payments 52.232-33, Payment by Electronic Funds Transfer--System for Award Management 52.233-3, Protest After Award 52.243-1, Changes--Fixed Price 52.252-2, Clauses Incorporated By Reference 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items 52.203-3, Gratuities 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7001, Buy American and Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.243-7001, Pricing Of Contract Modifications 252.243-7002, Requests for Equitable Adjustment The above provisions and clauses can be found at http://farsite.hill.af.mil. All firms must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/. Registration is free and can be completed online. 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 responsible offeror (including large business concerns). Pre-Proposal Site Visit: Prior to contract award, the Contractor may perform a site visit to the facility to verify existing conditions. The site visits will be held on Feb 14, 2018 starting at 08:00 AM and ending at 14:00 PM. A Pre-Proposal site visit is for informational purposes only. Site Visit POC will be Scott Titus, he can be reached at (757) 201-7665. Offerors shall submit ALL questions in writing ONLY via Email to garland.d.cooper@usace.army.mil. Questions will not be accepted after 2:00 PM, Feb 16, 2018. USACE Norfolk District shall post all questions and answers via Amendment to FBO by Feb 21, 2018. The Pre-Proposal site visit is encouraged, but not mandatory. This announcement will close and quotes are due by 2:00 PM (EST) 23 Feb 2018. 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 Contracting Office, Attn: Garland Cooper, Phone (757) 201-7748, E-mail garland.d.cooper@usace.army.mil. 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/W9123618Q0005/listing.html)
- Place of Performance
- Address: 803 Front Street, Norfolk, Virginia, 23510, United States
- Zip Code: 23510
- Zip Code: 23510
- Record
- SN04819142-W 20180212/180210230041-65b99cc32b7d33478fc836d960f3aca7 (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 |