3154 Goetz Swing Winch
This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information i... This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. This combined synopsis/solicitation is being issued as a 100% Small Business Set Aside. NAICS: 333923 This is a Simplified Acquisition Procedures procurement. In accordance with FAR 52.212-2, the following evaluation factors will be used: 1. Technical Factors: Product, Schedule, Past Experience, and Past Performance. 2. Price The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed price contract for two (2) new swing winches for the Dredge GOETZ. The U.S. Army Corps of Engineers, Saint Paul District, operates the Dredge Goetz in the northern sections of the Mississippi River. Specifications for swing winches are attched. REQUIRED QUOTE SUBMITTALS The following should be included in the quote: A. GENERAL The Contractor shall submit specific information on the swing winches, winch drums, winch drum brakes, gear reducers, electric drive motors, and emergency shutdown devices to verify all contract requirements are met and so that the Government has sufficient information to adequately evaluate the proposed components. It is imperative that the Contractor submit specific information on their proposed components to verify all performance requirements are met. The Contractor shall provide detailed drawings with full bill of materials and material specifications for all parts. B. PRODUCT The Offeror shall include the following in his quote: 1. Narrative descriptions of the proposed operation, performance, materials of construction and all design features specified in Section C of this solicitation for each winch, with emphasis upon those features that demonstrate safety, durability, performance, and reliability for its intended service. 2. A scaled drawing of the components offered. 3. Any certification and/or standards that the products meet. 4. Bill of Materials for major components. 5. Approximate component weight and dimensions. 6. Performance data, cross-sectional drawings, photographs, video, test results, operational procedures, installation instructions, periodic maintenance requirements and any other information germane to the performance and quality of this product. 7. The offeror shall identify a warranty that is at minimum two years in length from the date of delivery. The warranty shall cover all components of the delivered systems, to include mechanical, structural, and vendor-supplied electrical and pneumatic components. The warranty shall also cover parts, labor, and transportation costs. C. PAST EXPERIENCE The contractor shall provide a list of his past experience associated with the design of the proposed winches or similarly designed winches over the past three years. List shall include scope of supply, sizes, and customer point of contact. The list shall also include the past experience of all proposed sub-contractors, including the gear reducer manufacturer. D. PAST PERFORMANCE Contractor's past performance on previous contracts for similar types of work. Include any formal ratings and surveys from Government systems, corporate experience, history of project completions or terminations, and input from previous customers. E. SCHEDULES The contractor shall provide a schedule defining the following milestones: 1. Winches assembled at Contractor's facility 2. Final inspection 3. Delivery The schedule provided by the oferror shall illustrate to the Government that the offeror can meet the date or dates proposed. F. PRICE A price for the work outlined in the RFQ shall be provided. G. SIZE OF SUBMITTAL AND NUMBER OF COPIES 1. Size of submittal shall be sufficient and include all pertinent information regarding the proposed solution. Concise and well defined descriptions will be better received than verbosity and platitude. Please keep the submission under 50 pages, including drawings and tables, per copy. 2. Please provide three (3) copies without pricing and one copy, complete, with pricing. Please indicate, on the front cover of the copy, which is the price version. EVALUATION CRITERIA A. Product Evaluation Criteria 1. Degree to which the proposal demonstrates increased safety, durability, performance, and reliability. Durable, for the purpose of evaluation, is defined as highly resistant to wear, corrosion, decay, etc. 2. Degree to which the proposal best meets or exceeds the preferred features outlined in Section C. B. Past Experience Evaluation Criteria Past Experience as used here means the offeror's and proposed sub-contractor's experience with the design and fabrication of winches and gear reducers, within the past three years. C. Past Performance Evaluation Criteria Past Performance means the offerors performance on previous contracts for similar types of work. It includes formal ratings and surveys from Government systems, corporate experience, history of project completions or terminations, and input from previous customers, any information obtained from customer references. The Government may, at its discretion, independently contact customers or representatives of other Contracting officers to validate information provided by offerors. D. Schedule Evaluation Criteria 1. Shortest delivery schedule for all items proposed. 2. Risk of unsuccessful project completion based on payment schedule E. Price Evaluation Criteria The Government may award a contract on the basis of initial quotes received without discussions; therefore, each initial quote should contain the Offeror's best terms. The Government reserves the right to award the contract to the Offeror whose quote is not the lowest in price. All RFI'S shall be submitted no later than 13 Feb at 12:00 PM EST. FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7, prospective vendors must be registered in the SAM database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at https://www.sam.gov/portal/public/SAM/#1#1 to register. FAR 52.212-2 - Evaluation -- Commercial Items (Oct 2014) (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: Technical Factors: Product - Each offeror's quote will be reviewed to determine the degree to which the product to be provided best meets or exceeds the desirable features outlined in the Specification and demonstrates technical compliance with those requirements to include a complete understanding of the requirements. The criteria for the desirable features is identified in the SOW. Past Experience - Each offeror's proposal will be reviewed to determine the overall capability demonstrated by the offeror past experience. The offeror shall provide a list of his past experience associated with the design of the proposed winches or similarly designed winches over the past three years. List shall include scope of supply, sizes, and customer point of contact. The list shall also include the past experience of all proposed sub-contractors, including the gear reducer manufacturer. Past Performance - Each offeror's past performance will be reviewed to determine relevancy and to assess confidence in performance. The Government will evaluate the offeror's record of past and current performance to ascertain the probability of successfully performing the required contract Schedule - The offeror shall provide a schedule defining the following milestones: 1. Winches assembled at Contractor's facility 2. Final inspection 3. Delivery The schedule provided by the offeror shall illustrate to the Government that the offeror can meet the date or dates proposed. Price - The contract will be a fixed price contract. This solicitation will only require pricing to be provided. As a result, a Price Analysis will be conducted to determine Price Reasonableness. Technical and past performance, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their quote. FAR 52.212-4 - Terms and Condition - Commercial applies to this acquisition FAR 52.212-5 (DEV Nov 2017) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.252-1 - Solicitation Provisions Incorporated By Reference - This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ The following additional provisions or clauses are specific to this particular requirement: FAR 52.204-7 - System for Award Management FAR 52.247-34 - FOB Destination FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.232-33 - Payment by Electronic Funds Transfer-- System for Award Management All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to marvin.a.nunez@usace.army.mil no later than 04 March 2019, 2:00 PM EST. QUOTE SUBMISSION 1. Introduction. The offeror's quote shall be submitted in hard copy, with accompanying digital copies, as set forth below. The RFQ shall provide the Government address and receipt date for quote submittal. The offeror's quote shall consist of three (3) separable sections. The Sections are I - Technical, II - Price, III - Solicitation, Offer and Award Documents and Certifications/Representations. Files shall not contain classified data. The use of hyperlinks in quotes is prohibited. NO PRICE INFORMATION SHALL BE INCLUDED IN ANY OTHER SECTION THAN II-PRICE to allow for a fair and impartial technical review. Offerors are cautioned that "parroting" of the Technical requirements of the specifications with a statement of intent to perform does not reflect an understanding of the requirement or capability to perform. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote. Proprietary information shall be clearly marked. 2. QUOTE SUBMISSION REQUIREMENTS a. Each quote shall be submitted in a separate folder or three-ring binder, in addition to a CD copy. Any pages that are changed (as a result of negotiations or quote revisions) should be of a different color and have changed information clearly marked by a vertical line in the right margin of the page. The revised pages shall be dated. Each folder or binder shall be clearly labeled with its Title and a copy number (e.g., copy 1 of 3). b. Printing should be single spaced. Each paragraph shall be separated by at least one blank line. A standard, 12-point minimum font size applies. Arial or New Times Roman fonts are required. Tables and illustrations may use a reduced font size no less than 8-point and may be landscape. c. Three copies of each quote shall be submitted (One original and two copies) d. In addition to the evaluation materials listed below, the quote shall include the following: Description of the following; 1 Narrative descriptions of the proposed operation, performance, materials of construction and all design features specified in Section C of this solicitation for each winch, with emphasis upon those features that demonstrate safety, durability, performance, and reliability for its intended service. 2 A scaled drawing of the components offered. 3 Any certification and/or standards that the products meet. 4 Bill of Materials for major components. 5 Approximate component weight and dimensions. 6 Performance data, cross-sectional drawings, photographs, video, test results, operational procedures, installation instructions, periodic maintenance requirements and any other information germane to the performance and quality of this product. 3. QUOTE FILES a. Format. The submission shall be clearly indexed and logically assembled. Each section shall be clearly identified and shall begin at the top of a page. All pages of each section shall be appropriately numbered and identified by the complete company name, date and RFQ number in the header and/or footer. A Table of Contents should be included. b. Content Requirement. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote in a concise manner, to permit a complete and accurate evaluation of each proposal. Each file of the quote shall consist of a Table of Contents, Summary Section, and the Narrative discussion. The Summary Section shall contain a brief abstract of the file. Proprietary information shall be clearly marked
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »