The U.S. Army Corps of Engineers, Memphis District are requesting a purchase of 8 Fairleads for the Mooring Barge 7401 & Bank Grader 4919. These Fairleads are what direct the cables that hold the MB 7401 in place while the BG 4919 is grading the river bank.
The solicitation number is W912EQ-18-Q-0010 and is being issued as a Request for Quote. This procurement is 100% Small Business Set-Aside. The associated NAICS code is 332510 with a size standard of 750. 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.
The U.S. Army Corps of Engineers, Memphis District has a requirement for delivery of:
Deliveries: All material listed in the above table shall be delivered to USACE, Ensley Engineering Yard, 2915 Riverport Road, Memphis, TN 38109 60 days after contract award or sooner. A quick turnaround is necessary in order for the Government to fulfill its mission. Therefore, the items to be delivered under this purchase order shall be delivered on site of our Memphis location within sixth (60) days of contract award. 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 Kendell Riley at [email protected] (901) 544-0891. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
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.
Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Tuesday, April 17, 2018 no later than 10:00 AM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-18-Q-0010 addressed to Kendell Riley, Phone (901) 544-0891, Fax (901) 544-3710, email: [email protected]. 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.
FAR 52.212-2 Evaluation - Commercial Items:
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) Technical Acceptability, (2) Satisfactory Past Performance & (3) Price. 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 & Demonstrates Satisfactory Past Performance.
Technical Acceptability- is defined as the capability to PROVIDE THE ITEMS as specified in this Solicitation and the attached Scope-of-Work (SOW), and the ability to meet or exceed the specified delivery schedule.
To be determined Technically Acceptable Offerors Shall Submit the following with their quote package;
Evidence of the Capability to provide the items specified, such as a product description, technical specification sheets, product drawings and/or any other documentation necessary for the government to make a determination of technical acceptability of the item quoted.
Offerors Shall Submit, with their quote a project delivery schedule/date and certify with their quote that they are capable of completing delivery within sixth (60) days after ARO.
Satisfactory Past Performance- A review of past performance will be conducted on this requirement. The quality and delivery classifications identified for a supplier in the Past Performance Information Retrieval System‐‐Statistical Reporting (PPIRS‐SR) application (http://www.ppirs.gov/) will be used by the contracting officer to evaluate a supplier's past performance. In the case of a supplier without a record of relevant past performance history in PPIRS‐SR for the FSC or PSC of the supplies being purchased, the supplier may not be evaluated favorably or unfavorably for its past performance history.
Price - Price quotes will be examined to determine the extent to which proposed prices are comparable with the Government estimates, and previous procurement history and a determination made of Price Reasonableness. The Government may reject any proposal that is determined to be Not Fair and Reasonable, unrealistically high or low in price when compared to Government estimates, or are unbalanced, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the requirements.
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 52.225-18 Place of Manufacture
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
The following are applicable from 52.212-5:
FAR 52.219-6 Notice of Total Small Business Set-Aside
FAR 52.219-28 Post Award Small Business Program Representation FAR 52.219-13 Notice of Set-Aside of Orders
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 Equal Opportunity for Workers with Disabilities
FAR 52.222-41, Service Contract Labor Standards
FAR 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards FAR 52.222-50, Combating Trafficking in Persons
FAR 52.222-55, Minimum Wages Under Executive Order 13658
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 SAM
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 252.203-7003 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 252.204-7004 System for Award Management, Alternate A
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011 Alternative Line Item Structure
DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
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 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023 Transportation of Supplies by Sea