The RFP Database
New business relationships start here

BOOM LIFT HYDRUALIC CYLINDER


Tennessee, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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 delivery of one (1) Boom Lift Hydraulic Cylinder #030-010-00150.


This procurement is 100% Set-Aside for Small Business. The associated NAICS code is 333995 with small business with a size standard of 750 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.


SEE ATTACHED STATEMENT OF WORK (SOW)


CLIN 0001 One (1) Each Boom Lift Hydraulic Cylinder #030-010-00150


Deliveries: 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 three (3) weeks 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 Amy Starks at amy.l.starks@usace.army.mil. 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.
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 Past Performance. Basis of Award - The Government will award a contract, from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government based on price. Offeror's price quote will be evaluated to determine price reasonableness. Prices which are excessively high or low may be considered unrealistic and unreasonable may receive no further consideration.


The award will be made to the contractor whose price is the lowest of all offers determined to be technically qualified of performing the required service in accordance with FAR Part 12 Acquisition of Commercial Items.
Technically qualified is defined as meeting the minimum requirements in Past Performance, Technical and Price as listed below. No trade-offs are made. To receive consideration for an award, the offer must NOT receive an "unacceptable" rating for the non-price factors.


The Government intends to make its award decision without discussions. Therefore, each offeror is encouraged to provide the Government with all of the information necessary to evaluate its proposal under the evaluation factors stated above.


Offerors that fail to submit all the information necessary to evaluate their proposal with their initial proposal bear the risk that their proposal will be rejected without discussions.


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. The following factors shall be used to evaluate offers:


1. Past Performance:
a. To demonstrate satisfactory past performance the offeror shall submit two past performance questionnaires demonstrating performance of relevant work, to be completed and returned with solicitation. If offeror has no past performance of this nature, a neutral rating will be given per FAR 15.305(a)(2)(iv).


PAST PERFORMANCE RATING
ACCEPTABLE Based on the offeror's performance record, the
Government has a reasonable expectation that
the offeror will successfully perform the required effort, or the offeror's performance record is unknown UNACCEPTALBE Based on the offeror's performance record, the
Government has no reasonable expectation that The Offeror will be able to successfully perform the required effort.


2. Technical Capability:
a. Offeror shall provide product data sheet, latest published specifications literature on the Boom Lift Hydraulic Cylinder they propose to furnish.


The Technical Capability factor SHALL receive an adjectival rating based on the assessed strengths and inadequacies of each offer as they relate to the Technical Capability. Technical rating with details descriptions are shown below:


TECHNICAL RATING
ACCEPTABLE Offer clearly meets the minimum requirements of the solicitation
UNACCEPTALBE Offer does not clearly meet the minimum requirements of the solicitation


3. Price:
a. Offerors SHALL complete and submit the price schedule with their offer and include a total price for the line item. Failure to do so will result in the offer being rejected without further consideration.


The Contracting Officer will evaluate each offer's price in accordance with FAR 15.404-1 to determine price reasonableness. In this context, reasonableness will be determined by comparing offered prices to one another, to the Government estimate and to pricing for previous work of a similar nature.


(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).


(c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer),
whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.


(Paragraph 2) 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.


The Government reserves the right to award to the supplier whose quotation or offer represents the best value to the Government.


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 52.204-10 Reporting Executing Compensation and First-Tier Subcontract Awards
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 52.207-4 Economic Purchase Quantity - Supplies
FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.211-6 Brand Name or Equal
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 (See Attachment)
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 52.223-5 Pollution Prevention and Right-to-Know Information
FAR 52.223-15 Energy Efficiency in Energy Consuming Products
FAR 52.228-5 Insurance-Work on Government Installation
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
FAR 52.246-1 Contractor Inspection Requirements
FAR 52.252-2 Clauses to Incorporate by Reference


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 52.222-40 Notification of Employee Rights Under the National Labor Relations Act
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 252.203-7005 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 252.204-7008 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 252.244-7000 Subcontracts for Commercial Items
DFARS 252.247-7023 Transportation of Supplies by Sea



Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Monday, June 26, 2017 no later than 10:00 AM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-17-Q-0021 addressed to Amy Starks, Phone (901) 544-0786, Fax (901) 544-3710, email: amy.l.starks@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.


Amy L. Starks, Contract Specialist, Phone 9015440786, Fax 9015443710, Email amy.l.starks@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP