Lakes Bridge Inspections
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCE... This is a combined synopsis/solicitation for commercial items 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. This will be a 100% set-aside for Small Business procurement. The solicitation number is W912PM19T0102, and the solicitation is issued as a Request for Quote (RFQ). The NAICS code is 238990 with a small business size standard of $15,000,000.00. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-05. Description of Requirement: The Wilmington District has five vehicle bridges that require inspection with use of under-bridge inspection equipment. The five vehicle bridges are located at five separate reservoir and dam projects. The bridges are located at the following projects: 1) Island Creek intake tower access bridge on the Roanoke River in Mecklenburg County, Virginia. Specific details of the Island Creek access bridge are in Attachment 1. 2) B Everett Jordan Dam intake tower access bridge on the New Hope River basin in Chatham County, North Carolina. Specific details of the B Everett Jordan access bridge are in Attachment 2. 3) Falls Lake Dam intake tower access bridge on the Neuse River basin in Chatham County, North Carolina. Specific details of the Falls Lake Dam access bridge are in Attachment 3. 4) W Kerr Scott Lake Dam intake tower access bridge on the 99Yadkin River in Wilkes County, North Carolina. Specific details of the W Kerr Scott Dam access bridge are in Attachment 4. 5) John H Kerr Dam spillway bridge, which crosses the Roanoke River in Mecklenburg County, Virginia. The bridge serves Virginia State Highway 4, which is a primary highway connecting U.S. Interstate 85 and U.S. Highway 58. Specific details of the John H Kerr spillway bridge are in Attachment 5. Scope of Work. In order for Wilmington District personnel to inspect the bridges, the Contractor shall provide under-bridge inspection equipment and operator for the bridges listed above. The Contractor shall also provide traffic control for the inspection of John H Kerr Dam spillway bridge. Evaluation and Award: 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. Award shall be made to the lowest priced technically acceptable offer. Technical acceptability shall be defined as evidence of: PAST EXPERIENCE: a) Offerors are required to submit prior experience of recent and relevant contracts/projects. Contracts/Projects can be performed with Federal, State, local or private companies. Government contracts are preferred but not required. b) Contracts/Projects that are relevant are defined as those that are similar to the requirements of the Statement of Work (SOW). Contracts/Projects that are recent are defined as those that have been completed within the last five (5) years. c) A minimum of two (2) contracts/projects shall be provided to include: contract number, title of project, detailed description of work performed, and Point of Contact. Please do not submit more than five (5) contracts/projects. d) In order for an Offeror to be determined technically acceptable, the offeror must show previous experience with the type of work described in the SOW. Offerors must show previous experience on a minimum of two (2) contracts/projects. Service Contract Act Wage Determinations: 15-4412, Revision -11, Dated 7/16/19, 15-4324, Revision -13, Dated 7/16/19, 15-4394 Revision -11, Dated 7/16/19, and 15-4394 Revision -11, Dated 7/16/19 The Contractor is responsible to refer to the above wage decisions. The Government will attach the latest versions to the contract upon award. This will be firm-fixed-price contract action. DETAILED PRICING SCHEDULE - RETURN THE ATTACHED DETAILED PRICING SCHEDULE WITH YOUR QUOTE. To view the attached documentation for this requirement: - Scroll toward the bottom of this solicitation. - Click the "Additional documentation" link below the Additional Information Heading. - Open ALL the attached PDF documents. This Request for Quote incorporates the following provisions and clauses: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.202-1, Definitions 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7, System for Award Management 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.212-1, Instructions to Offerors--Commercial Items 52.212-2, Evaluation - Commerical Items 52.212-3, Alternate 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 52.219-1 Alt I, Small Business Program Representation 52.219-6 DEV, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50, Combatting Trafficking in Persons 52.223-3, Hazardous Material Identification and Material Safety Data 52.223-5, Pollution Prevention and Right-to-Know Information 52.225-13, Restrictions on Certain Foreign Purchases 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.232-8, Discounts for Prompt Payment 52.232-23, Assignment of Claims 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.232-37, Multiple Payment Arrangements 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. 52.233-1, Disputes 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1 Alt I, Changes -Fixed Price 52.246-16, Responsibility for Supplies 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System For Award Management, Alternate A 252.204-7006, Billing Instructions 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.204-7015, Disclosure Information to Litigation Support Contractors 252.223-7001, Hazard Warning Labels 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.225-7002, Qualifying Country Sources as Subcontractors 252.225-7048, Export-Controlled Items 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments, 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7003, Notification of Potential Safety Issues 252.247-7023, Transportation of Supplies by Sea INFORMATION TO ALL CONTRACTORS System for Award Management (SAM) and Electronic Funds Transfer (EFT) (Wilmington Local Instruction Feb 2013) 1. All contractors must register in the System for Award Management (SAM) database before they can be awarded a contract. You may register at http://www.sam.gov. SAM information or help is also available by calling 866-606-8220. 2. Public Law 104-134 requires the use of Electronic Funds Transfer (EFT) for all Federal payments. EFT information will be pulled from your SAM by the USACE FINANCE CENTER, 5720 INTEGRITY DRIVE, MILLINGTON, TN 38054-5005 for contractor payments. (End of Local Instruction) UNAUTHORIZED INSTRUCTIONS FROM GOVERNMENT OR OTHER PERSONNEL The Contractor shall not accept any instructions issued by any person, employed by the Government or otherwise, other than the Contracting Officer or the Contracting Officer's Representative (COR) acting within the limits of the COR's Authority. See the Contracting Officer's Representative clause of this contract. (End of Instruction) 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acquisition.gov/far (End of clause) Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. Any questions must be submitted via email to Ms. Karri Mares at karri.l.mares@usace.army.mil, no later than 05 September 2019 at 4PM EST. Each offeror must submit both a Price Quote and a Technical Proposal via the Federal Business Opportunities (FBO) website. No hard paper copies will be accepted or evaluated. Both the Price Quote and the Technical Proposal must be received by the closing date and time set for receipt of quotes. In an effort to reduce paperwork and reduce cost, all quotes shall be submitted electronically. All submissions shall be in Adobe PDF format and shall be on 8 ½ x 11 size pages in no less than a 10 pitch or 10 font. Offerors may use compressions utility software such as WinZip or PKZip to reduce file size and facilitate transmission. Title the file(s) in the following format: W912PM19T0102_ COMPANY NAME_PRICING W912PM19T0102_COMPANY NAME_TECHNICAL Offerors shall submit the quotes electronically via FBO.gov. You must be logged in to be able to submit/review electronic responses. The user guide is located at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Quote due Date and Time: Request For Quotes No: W912PM19T0102 Due Date of Quotes: 10 September 2019 Time by which Quotes are due: 4:00 P.M. (Eastern Time) Title of Project: Lakes Bridge Inspections Quotes are due as specified on the solicitation document (as amended if applicable). The time & date of Quote receipt will be the upload completion / delivery time & date recorded within FBO. Do not assume that electronic communication is instantaneous. Offerors should time their upload effort with prudence by not waiting until the last few minutes-this will allow for unexpected delays in the transmittal process. If an electronic submission is uploaded minutes before the deadline but the upload doesn't complete until after the deadline, the submission will be considered late. Offerors are encouraged to keep a copy of the upload confirmation for their record. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote. The Government reserves the right to cancel this solicitation. This announcement and written request for Quote constitutes the only Request for Quote that will be made for this requirement.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »