MAT SINKING UNIT KITCHEN EQUIPMENT-USACE, VICKSBURG
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This annou... This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. The United States Army Corps of Engineers Vicksburg District has a requirement for a contractor to furnish and deliver kitchen equipment for the Mat Sinking Unit in accordance with the Specifications. The Government intends to award a single Firm-Fixed Price Contract for the entire list of equipment as described. Offers for less than the required list will not be accepted. The Government intends to award without discussions while reserving the right to hold discussions if determined by the Contracting Officer as advantageous to the Government. Offers are encouraged to provide their best proposed pricing in their initial offer. Solicitation No. W912EE19Q0044 is being issued as a Request for Quote (RFQ) that will result in a single award contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. This procurement is being competed as a total small business set-aside. The NAICS code for this procurement is 333318 - Other Commercial and Service Industry Machinery Manufacturing and the applicable Small Business Size Standard is 1,000 employees. Please check fbo.gov frequently for any updated changes that may occur. Point of contact for this solicitation is Freteshia Johnson at Freteshia.L.Johnson@usace.army.mil. TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912EE19Q0044 are to be submitted via Bidder/Offeror Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid/offer inquiry items, offerors will need to be a current registered user or self-register into the 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/Offerors 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: W912EE19Q0044 The Bidder/Offeror Inquiry Key is: 5EIUH5-6CI39Z Bidders/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. Please submit quotes by 2:00 PM CENTRAL on 27 JUNE 2019. Complete quotes should be submitted electronically via email to Freteshia.L.Johnson@usace.army.mil. PRODUCT SPECIFICATIONS: The Specifications are provided as an attachment to this solicitation. BID SCHEDULE: The Bid Schedule is provided as an attachment to this solicitation. SAM REGISTRATION: System for Award Management (SAM) applies as required by FAR 4.1102. Offerors are required to be registered in SAM at the time an offer is submitted in order to comply with the annual representations and certifications requirements. Information on SAM registration & Representations and Certifications can be obtained at https://www.sam.gov/portal/public/SAM/#1. Pursuant to FAR Provision 52.204-7, an offeror is required to be registered in SAM when submitting an offer or quotation, and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. EVALUATION OF OFFERS: Clause 52.212-2 - Evaluation Factors - Commercial Items; (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote 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 Acceptability, (2) Satisfactory Past Performance, and (3) Price. All factors are of equal importance. All quotes submitted will be evaluated for Technical Acceptability, Satisfactory Past Performance, and Price. The Government will issue award to the offeror whose quote is the Lowest Price of those determined to meet at least the minimum requirements to be determined Technically Acceptable and demonstrates satisfactory past performance. (1) Technical Acceptability - Defined as the documented capability to meet the minimum requirements of the project as specified in this Solicitation and the attached Specifications. The contractor shall provide sufficient documentation of their technical capability, such as experience of the company and/or equipment lists, etc. or other information to enable the Government to determine the company's capability on similar type, size, scope and complexity. (2) Satisfactory Past Performance - The offeror shall submit documentation of satisfactory performance on past or current contracts involving contracts of a similar type, size, scope and complexity, as well as, provide references, including names and contact information of references who can verify past performance. Past performance information of key personnel and crew may be provided if the company has limited or no past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated as neutral on Past Performance, providing the offeror supplies a certified statement with their offer that no past performance information is available. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the offeror. (3) Price - Quotes will be examined to determine the extent to which proposed prices are comparable with the Government's estimate, previous procurement history, and a determination of price reasonableness. The Government may reject any quote that is determined to not be fair and reasonable, unrealistically high or low in price when compared to the Government estimate, or unbalanced, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the requirements. It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical acceptability, satisfactory past performance and proposed price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. FAR REFERENCES: The following FAR Clauses & Provisions apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Maintenance; FAR 52.204-19 Incorporation by Reference of Representations and Certifications; FAR 52.204-20 Predecessor of Offeror; FAR 52.204-22 Alternative Line Item Proposal; FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.232-1 Payments; FAR 52.232-8 Discounts for Prompt Payment; FAR 52.232-11 Extras; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-1 Disputes; and FAR 52.252-2 Clauses Incorporated by Reference. Clauses under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - and the following clauses cited within that clause: FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.203-6 Alt I Restrictions on subcontractor sales to gov't; FAR 52.203-13 Contractor Code of Business Ethics and Conduct; FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6 Notice of Total Small Business Set Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on subcontracting; FAR 52.219-28 Post Award Small Business Program Re-representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relation Act; 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 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; FAR 52.233- 3 Protest After Award; and FAR 52.233-4 Applicable Law for Breach of Contract Claim. The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.201-7000 Contracting Officer Representative; DFARS 252.203-7000 Requirement Relating to compensation of former DoD officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7003 Agency Office of the Inspector General; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.211-7003 Item Unique Identification and Valuation; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.244-7000 Subcontract for Commercial Items; and DFARS 252.247-7023 Transportation of Supplies by Sea. The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/vfdfara.htm. NOTICE TO OFFERORS: • The offeror must complete and return the Bidding Schedule and FAR 52.212-3, along with your quote, which includes the items listed in the Evaluation of Offers section above. • Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown above. It is your responsibility to make sure your quote is received. • All questions shall be in writing using PROJNET. Questions not received within one day prior to the response date may not be answered.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »