The RFP Database
New business relationships start here

Stiffleg Derricks Inspections and Reports


New York, United States
Government : Federal
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 items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes (offers) are being requested and a written solicitation will not be issued. Solicitation number 6923G519Q0862 is issued as a request for quotation. This requirement is a Small Business set-aside and only qualified offerors may submit quotes. The applicable NAICS code is 811310 and the size standard is $7,500,000.


*BID SCHEDULE, WORK STATEMENT, SPECIFICATIONS AND REFERENCE DRAWINGS
Electronic copies of the Bid Schedule, Work Statement and Drawings are furnished as attachments. Bid Schedule and the offeror submittals shall be completed and submitted by the response date and time to be considered for award.

52.212-2 -- Evaluation -- Commercial Items
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. Price
2. Technical Acceptability
3. Paste Performance
Technical Acceptability and Past Performance, when combined, are equal to price.


SLSDC intends to award a FIXED PRICED CONTRACT, in accordance with FAR 15.101-2, Lowest Price Technically Acceptable (LPTA) source selection process. 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 schedule/statement of work and adherence to the delivery schedule in the solicitation. Award will be made on the basis of the lowest evaluated price of quotes meeting the Technical Acceptability for non-cost factors.
*Any remedial procedure pricing will be evaluated based on catalog pricing, established industry labor rates and pricing of recent and similar contracts.

*SUBMITTALS
Offeror Submittals:
1.) Offerors shall submit with their bid a preliminary project schedule showing the times for starting and completing the project based on the solicitation.
2.) The offeror shall submit two references for work of a similar nature and scope performed in the last five years.
3.) All offerors must submit a capabilities statement, to include:
A. Core competencies
C. Credentials and Certifications
D. Contact information

This procurement is subject to the Service contract act and the Wage determinations are provided as an attachment. 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. 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, 52.222-41 Service Contract Labor Standards, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-55 -- Minimum Wages Under Executive Order 13658, 52.222-62 Paid Sick Leave Under Executive Order 13706.
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: 52.223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts, 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.245-1 Government Property, 52.245-9 Use and Charges. The Following FAR Clause is also required in full text, 52.222-42 Statement of Equivalent Rates for Federal Hires
In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.
This Statement is for Information Only:
It is not a Wage Determination
Employee Class                                                          Monetary Wage-Fringe Benefits
Heavy Mobile Equipment Repair Inspector WG-5803-10        $31.49           $10.26


Response date for receipt of offers/quotes is by 4:30 am EST, Monday, July 29, 2019. Quotes shall be sent to Jason Brockway, Contract Specialist, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to jason.brockway@dot.gov. All responsible offerors may submit a quote which shall be considered by the Saint Lawrence Seaway Development Corporation. Offerors must be registered 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/.


Jason C. Brockway, Contract Specialist, Phone 3157643252, Email jason.brockway@dot.gov - Patricia L. White, Contracting Officer, Phone 3157643236, Email patricia.white@dot.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP