Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W912EK23T1000
This a combined synopsis / solicitation for commercial items and services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. T...
This a combined synopsis / solicitation for commercial items and 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is W912EK23T1000 and is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 dated 23 September 2022. This solicitation is set aside to small business. The associated North American Industry Classification System (NAICS) code for this procurement is 331210 with a business size standard of 1,000 employees. Quotes are to be submitted electronically to Mr. Nicholas M. Moore (nicholas.m.moore@usace.army.mil) and Mr. Bradley J. Grothus (bradley.j.grothus@usace.army.mil) no later than 14 November 2022 by 2:00 PM CST. Description: The US Army Corps of Engineers, Rock Island District has a requirement for the purchase of various materials to support USACE fabrication of the Upstream Wear Track, Side Wear Track, Seal Angle, Top Seal, Steel Imbedded on the Upstream Side, Miter Gate Seals, Screens, Clevises, and End Slider Shims for the 2023 Illinois River Navigation Closures and their subsequent maintenance, repairs, and upgrades of the lock and dam systems that support commerce and recreation activities. See Scope of Work bid schedule. Period of Performance / Delivery is as follows: See Scope of Work Contract Start and End/completion Date and Delivery location The basis for award will be lowest price, see FAR 52.212-2 for further information. All offerors must quote on all items within the schedule of prices to be eligible for award. A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: (A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business. The following provisions apply to this notice. See attachment Note: 52.212-3 Alt 1 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. All questions shall be in writing and submitted to Mr. Nicholas M. Moore (nicholas.m.moore@usace.army.mil) and Mr. Bradley J. Grothus (bradley.j.grothus@usace.army.mil) no later than 09 November 2022 by 2:00 PM CST.