NOTICE OF INTENT TO SOLE SOURCE. The U.S. Army Corps of Engineers (USACE), Memphis, TN, intends to negotiate and award a sole source contract with Coastal Marine Equipment, Inc., citing FAR part 6 subpart 6.302-1. To the best of the Government's knowledge, there are not any other firms in the area that can satisfy this requirement. The parts to be provided consists of Winch Parts for the Motor Vessel Dredge Hurley. Award of this requirement will be in accordance with Federal Acquisition Regulations (FAR) Part 5. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS, however interested firms may submit a capability statement, proposal, or quotation with price information in response to this requirement which shall be considered by the agency no later than March 17, 2016, 10:00 AM CST to Valerie Marshall, Contract Specialist, Phone: (901) 544-3619, Fax: (901) 544-3710, Email: [email protected]. Vendors not registered in System for Award Management (SAM) database prior to award will not be eligible for award. Vendors may register for SAM online at www.sam.gov.
The solicitation number is W912EQ-16-Q-0014. This procurement is Unrestricted. The associated NAICS code is 333923 with the size standards of 500 employees. Contractors shall submit quote on company letterhead to include pricing for the requested supply items, with its unit price, extended price, freight (delivery) charge, total price, delivery date, prompt payment terms, remittance address, Tax Identification Number, DUNS number, and Cage Code. Include all line items listed and in accordance with the specifications provided below:
REQUIRED ITEMS ARE LISTED IN THE ATTACHED RFQ FORM
Specifications for Dredge Hurley Winch Parts
HURLEY WINCH PARTS LIST
The parts list must be obtained from Coastal Parts Sales due to the fact that they are the sole supplier of the parts that will fit the Dredge Hurley's Winch. Offeror must submit with their offer, the specifications and dimensions on the Winch parts they propose to furnish.
In order to fit and be functional, these parts must be winch parts with the following part numbers from Coastal Parts & Sales: (See Listing Above)
Place of Performance: Deliver to USACE Ensley Engineering Yard; Building #8; 2915 Riverport Road, Memphis, TN 38109 within 4 weeks of contract award or sooner, P.O.C for questions regarding specifications is Hosea Lark (901) 544-3130; James Wilson (901) 785-3250 or Frank Segree.
Type of Contract: The Government will award a Firm Fixed Price (FFP) purchase order.
Physical Security: The Contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use, if needed.
Contractor will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or restricted areas.
Access and General Protection/Security Policy and Procedures: All Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provide by government representative). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshall Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.
Pre-Screen Candidates Using E-Verify Program: The Contractor must pre-screen Candidates using the E-verify Program (http://www.dhs.gov/E-Verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award.
Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights.
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 Valerie Marshall at [email protected]. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Point of Contact for Technical and Product information/questions should be directed to personnel listed above under "Place of Performance.
Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items.
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 52.204-18 Commercial and Government Entity Code Maintenance
FAR 52.212-1 Instructions to Offerors-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 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
FAR 52.252-2 Clauses to Incorporate by Reference (HTTP://FARSITE.HILL.AF.MIL)
FAR 52.253-1 Computer Generated Forms
The following are applicable under FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items:
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note)
FAR 52.219-28 Post Award Small Business Program Representation
FAR 52.222-3 Convict Labor
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126)
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 52.222-50 Combating Trafficking in Persons
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 252.203-7002 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 System for Award Management, Alternate A
DFARS 252.204-7007 Alternate A, Annual Representations and Certifications
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 Act and Balance of Payments Program
DFARS 252.225-7002 Qualifying Country Sources of Subcontracting
DFARS 252.225-7048 Export-Controlled Items
DFARS 252.232-7003 Electronic Submission of Payment Requests
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.243-7001 Pricing of Contract Modifications
DFARS 252.244-7000 Subcontracts for Commercial Items
DFARS 252.246.7007 Contract Counterfeit Electronic Part Detection and Avoidance System
DFARS 252.247-7023 Transportation of Supplies by Sea
Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Thursday, March 17, 2016 no later than 10:00 AM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-16-Q-0014 addressed to Valerie Marshall, Phone
(901) 544-3619, Fax (901) 544-3710, email: valerie.marshall @usace.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors must also be registered in SAM under the applicable NAICS code (333923) as indicated in this RFQ to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.