The RFP Database
New business relationships start here

Nuclear Density Meter Removal


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

This notice is being posted as an avenue to provide Request for Quotes, W912PM-17-T-0027. In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action.

This is a combined synopsis/solicitation. 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 W912PM-17-T-0027, and the solicitation is issued as a Request for Quote (RFQ). The NAICS code is 562211 with a small business size standard of $38,500,000.00. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95.


Description of Requirement: The Wilmington District of the U.S. Army Corps of Engineers requires a contractor to Manifest, Label, Transport and Dispose of Two ea. Ohmart SR-A Nuclear Density Meters. This shall include all reporting and communication with the U.S. Nuclear Regulatory Commission. The Dredge Murden will be located at 928 Harbor Rd, Wanchese, NC 27981. The Contractor shall possess all required certifications to handle, transport and dispose of nuclear material. Vendor shall possess DOT (Department of Transportation) certifications to ship radioactive material, vendor shall possess all appropriate licensing to handle, dispose of and provide documentation to the NRC (Nuclear Regulatory Commission) radioactive waste.


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:


CERTIFICATIONS:
a) The Contractor shall provide a copy of their DOT (Department of Transportation) certifications to ship radioactive material at the time of quote.


b) The Contractor shall provide a copy of all appropriate licensing to handle, dispose of and provide documentation to the NRC (Nuclear Regulatory Commission) radioactive waste at the time of quote.


AND


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.


Performance period: 14 MAR 17 - 12 APR 2017 a pick up time will be determined after award to adjust to the Dredge Murden's schedule.


Service Contract Act Wage Determinations: 15-4407, Revision -2, Dated 12/30/16


The Contractor is responsible to refer to the above wage decision. The Government will attach the latest version to the contract upon award.



This will be firm-fixed-price contract action.


DETAILED PRICING SCHEDULE -



LINE ITEM # Description                     Quantity    Unit     Unit Price         Total
0001 Nuclear Density Meter Removal        1          Job
Total:


 


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
52.204-4, 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
52.212-1, Instructions to Offerors--Commercial 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, Notice of Total Small Business Set-Aside
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.
52.232-23, 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, 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
252.203-7995, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
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://farsite.hill.af.mil/vdfara.htm
http://www.acquisition.gov/far


(End of clause)



PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their Quote in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror's complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted via email at ros.m.shoemaker@usace.army.mil. 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. QUOTES ARE DUE NOT LATER THAN 4:00PM, EDT, 30 November 2016. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY via email at rosalind.m.shoemaker@usace.army.mil. They may also be submitted on U.S. Mail, courier service, or hand-delivered to the attention of the Ros Shoemaker, 69 Darlington Avenue, Wilmington, NC 28403.


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.


Electronic Quotes are now being accepted via email: rosalind.m.shoemaker@usace.army.mil


 


Rosalind Shoemaker, Contracting Officer, Phone 9102514436, Email rosalind.m.shoemaker@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP