Motor Vessel Mississippi Throttle and Governor Upgrade
This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announ... This is a combined synopsis/solicitation for commercial service 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 U.S. Army Corps of Engineers, Memphis District has a requirement for three replacement governor and throttle devices for the main engines in the control room and pilot house on the Motor Vessel Mississippi. The solicitation number is W912EQ-19-Q-0041 and is being issued a Request for Quote (RFQ). This procurement is 100% Set-Aside for Small Business. The associated NAICS code is 333618 with a small business size standard of 1,500 employees. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractor shall submit a price to include all charges on a company letterhead form to the contracting office. CLIN DESCRIPTION QUANTITY 1 REPLACE THREE (3) 1 JOB GOVERNOR AND THROTTLE DEVICES, MOTOR VESSEL MISSISSIPPI Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email to Christopher White at christopher.p.white@usace.army.mil. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Site Visit: It is highly recommended that contractors attend the scheduled site visit prior to submitting a quote. Site visit is scheduled for Thursday, July 25, 2019 at 10:00A.M. CST, site visit will be held at USACE Ensley Engineer Yard, 2915 Riverport Road, Memphis, TN 38109. Interested parties may e-mail their name and company information to Christopher White at christopher.p.white@usace.army.mil, no later than Tuesday, 23 July 2019 at 1:00P.M CST. All contractors and government personnel will meet at the EEY Administration Building. Contractors shall submit quote on company letterhead to include pricing for the requested supply items, with its unit price, extended price, freight charge, total price, pick-up and delivery date (if applicable), prompt payment terms, remittance address, Tax Identification Number, DUNS number, and Cage Code. Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. FAR 52.212-2 Evaluation - Commercial Items: Blank space shall read: Price, Technical Capability, and Satisfactory Past Performance. 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: All quotes submitted will be evaluated for (1) Price, (2) Technical Acceptability, and (3) Satisfactory Past Performance. The government will issue award to the offeror whose proposal is the Lowest Price of those determined to meet at least the minimum requirements to be determined Technically Acceptable and demonstrates Satisfactory Past Performance. Technical Acceptability; is defined as the capability to provide the services as specified in this Solicitation and the attached Performance Work Statement (PWS), and the ability to meet or exceed the specified schedule. To be determined Technically Acceptable Offerors Shall Submit the following with their quote package: Evidence of the Capability to provide the services specified, such as a parts description, technical specification sheets, product drawings and/or any other documentation necessary for the government to make a determination of technical acceptability of the service quoted. Satisfactory Past Performance - to demonstrate satisfactory past performance the offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope and complexity, as well as, provide references, including names and contact information of references who can verify their 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. 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. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.204-7, System for Award Management 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 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation - Commercial Items FAR 52.212-3, Offeror Representation and Certifications--Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items FAR 52.232-40, Providing Accelerated Payments to Small Business subcontractors FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.237-1, Site Visit FAR 52.247-34. FOB Destination The following are applicable from FAR 52.212-5: FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.219-6, Notice of Total Small Business Set-Aside (Jan 2019) (DEVIATION 2019-O0003); FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2016); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Apr 2015); FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014); FAR 52.222-37, Employment Reports on Veterans (Feb 2016); FAR 52.222-41, Service Contract Labor Standards; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014); FAR 52.222-50, Combatting Trafficking in Persons (Mar 2015); FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015); FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017); FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messages While Driving (Aug 2011); FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration (Oct 2003) The following DFARS Clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Antiterrorism Awareness Training for Contractors DFARS 252.204-7007 Alternate A, Annual Representations and Certifications DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dev. 2016-O0001) DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dev 2016-O0001) DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7003 Identification and Valuation DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations. DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea Response to this combined synopsis/solicitation must be received via email, mail, or delivery by Friday, August 16, 2019 no later than 10:00 A.M. (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-17-Q-0041 addressed to Christopher White, Phone (901) 544-3343 or email: christopher.p.white@usace.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors may register for SAM by registering online at www.sam.gov or by calling 1-866-606-8220.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »