Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:6923G520Q0950
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. Solicitation number 6923G520Q0950 is issued as a request for quotation. The applicable NAICS Code is 321113 and the size standard is 500 employees. The procurement is a small business set-aside. Line itme No. Description Quantity 0001 Ekki Timbers, 14" x 13.25" x 10' long, with sound squared 45 edges and ends. Any protrusion of heart centers/heartwood allowed on 13.25 in sq side only per drawing detail. *All timbers shall be free from sapwood, rot, wane, cracks other than normal checking and any other such defects. Tolerances on all dimensions shall be +/- 1/4" (0.64 cm). All timbers shall be furnished accordance with the attached Drawing No. SLS-370-170. Delivery terms are FOB Destination to the Saint Lawrence Seaway Development Corporation Attn: Receiving Warehouse, 251 Fregoe Road, Massena, NY 13662 by August 23, 2018. Delivery date shall be 60 days after receipt of award. Partial shipments accepted. Offerors shall keep their quotes valid for sixty (60) days. This procurement includes by reference FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items. The FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and the following FAR clauses contained within are applicable to this acquisition: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice of Small Business Set Aside, 52.219-14 -- Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 - Equal Opportunity for Workers With Disabilities, 52.222-50 Combatting Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, 52.222-17 Nondisplacement of Qualified Workers. Other applicable FAR provisions and clauses incorporated by reference in accordance with; 52.252-2 Clauses Incorporated by Reference and 52.252-1 Solicitation Provisions Incorporated by Reference include: 52.212-1 Instructions to Offerors-Commercial Items, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. Instructions to Offerors/Evaluation of Quotes: Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Technical acceptability is comprised of meeting the requirements as outlined in the description, drawing and the requirements provided in the evaluation criteria. Award will be made on the basis of the lowest evaluated price of quotes meeting the Technical Acceptability for non-cost factors. The total price for evaluation purposes will be in accordance with the evaluation criteria established below. *The following factors shall be used to evaluate offers: 1. Technical Acceptability 2. Price 3. Past Performance *Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov this clause has been provided in full text as an attachment. Submittals: *Each offeror must submit two references from similar contracts, to include: 1. Company name and contact information. 2. Description of the contract requirements. *Each offeror must submit a capabilities statement with the offeror’s bid, to include: 1.Price Quote. 2.Company name and contact information. 3.Core competencies. 4.Information required to evaluate the Contractor’s ability to comply with all Federal, State, and local requirements to handle, transport and deliver Ekki Timbers. Response date for receipt of offers/quotes is by 10:00 am EST, Thursday, July 23, 2020. Quotes shall be sent to Jason Brockway, Contract Specialist, St. Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to jason.brockway@dot.gov. When submitted by email the subject line shall contain the RFQ number 6923G520Q0950. This is a total small business set aside procurement. All responsible offerors may submit a quote which shall be considered by the Saint Lawrence Seaway Development Corporation. The Government contemplates award of a firm, fixed price contract resulting from this solicitation. Offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Full text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov/far/.