Mississippi Bids > Bid Detail

Repair of 50-Ton/10-Ton Hoists and Trolley Assembly

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159534595222542
Posted Date: May 10, 2023
Due Date: May 15, 2023
Solicitation No: W912HZ23Q3773
Source: https://sam.gov/opp/5b42ba897f...
Follow
Repair of 50-Ton/10-Ton Hoists and Trolley Assembly
Active
Contract Opportunity
Notice ID
W912HZ23Q3773
Related Notice
W912HZ23I0001
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
OTHER DIVISION
Office
W2R2 USA ENGR R AND D CTR
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: May 10, 2023 03:15 pm CDT
  • Original Published Date: Apr 11, 2023 01:41 pm CDT
  • Updated Date Offers Due: May 15, 2023 01:00 pm CDT
  • Original Date Offers Due: May 11, 2023 01:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 30, 2023
  • Original Inactive Date: May 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J049 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT
  • NAICS Code:
    • 335314 - Relay and Industrial Control Manufacturing
  • Place of Performance:
    Vicksburg , MS 39180
    USA
Description View Changes

10 May 2023: Solicitation is amended to provide extension through Monday, 15 May 2023 at 1:00 PM CST.

26 April 2023: Solicitation is amended to post a Question and Answers (Q&A) document and drawings.



_____________________________________________________________________________________________



This is a combined synopsis/solicitation for commercial services 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; quotes are being requested, and a written solicitation will not be issued.





The solicitation is being issued as a Request for Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-05. This requirement is 100% small business set aside and utilizes the North American Industry Classification System Code (NAICS) 335314 (RELAY AND INDUSTRIAL CONTROL MANUFACTURING) with a size standard of 750 employees. This procurement is being conducted in accordance with regulation at FAR 12, Acquisition of Commercial Products and Commercial Services and FAR Part 13, Simplified Acquisition Procedures.





Please see attached Performance Work Statement (PWS).







Instructions to Offerors (Reference FAR 52.212-1)





(a) The Offeror is responsible for reading all information contained in this solicitation and all attachments, if any, posted with it. Offerors should check the www.SAM.gov website often for any information regarding this solicitation and/or amendments to this solicitation. For information concerning this solicitation, please email Allison.B.Hudson@usace.army.mil and Jennifer.Hoben@usace.army.mil



(b) Pursuant to FAR 52.204-7(b), System for Award Management, offerors must be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. If an offeror is not registered in SAM at the time of the offer, its offer will not be considered for award. You may register electronically at http://www.sam.gov.



(c) Submission of offers. Signed and dated offers are due 15 May 2023, not later than 1:00 PM CST and must be submitted via email to: Allison.B.Hudson@usace.army.mil and Jennifer.Hoben@usace.army.mil. Offers may be submitted in writing on letterhead stationery, or as otherwise specified in the solicitation. At a minimum, offers must include:



(1) The solicitation number W912HZ23Q3773;



(2) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This includes providing the terms of any standard warranty and technical support. This may include product literature, or other documents, if necessary;



(3) Unit pricing and extended pricing for each item: State discount terms, if any;



(4) Cage code and/or DUNS Number.



(d) Late submissions, modifications, revisions, and withdrawals of offers - (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the designated government emails by the date and time designated in the solicitation; (2) Any offer, modification, revision, or withdrawal of an offer received after the exact date and time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; however, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted; and (3) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers.



(e) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.



(f) Offers shall be made in accordance with the Performance Work Statement (PWS) document provided in the solicitation.



(g) Oral communications ARE NOT acceptable in response to this notice.



(h) Technical Inquiries and Questions: All technical inquiries and questions relating to this solicitation are to be submitted via email to Allison.B.Hudson@usace.army.mil and Jennifer.Hoben@usace.army.mil. Offerors shall submit questions at least 2 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and to amend the solicitation, if necessary. Offerors must review the specifications in their entirety and review the www.SAM.gov website for answers to questions prior to submission of an inquiry









FAR 52.212-2 - Evaluation -- Commercial Items:



(a) 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.



The following factors shall be used to evaluate offers:



1) Lowest Price



2) Technically Capability





The Government will issue an award to the offeror whose quote is the Lowest Price that is determined to meet at least the minimum requirements to be determined Technically Capable.



(1) Technically Capable is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the offeror's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule. It is imperative that the offeror submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the Government to determine technical capability and quoted price may be cause for rejection of your quote.



(b) 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.



(End of provision)





Wage Determinations Service Contract Act WD # 2015-5173 will apply:



https://sam.gov/wage-determination/2015-5173/24





The following FAR clauses and provisions may apply to this acquisition:



52.202-1 Definitions



52.203-3 Gratuities



52.203-6 Alt I Restrictions on Subcontractor Sales to the Government



52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights



52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper



52.204-7 System for Award Management



52.204-13 System for Award Management Maintenance



52.204-19 Incorporation by Reference of Representations and Certifications



52.212-3 Offerors Representations and Certifications- Commercial Items



52.212-4 Contract Terms and Conditions - Commercial Items



52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items



52.215-1 Instructions to Offerors-Competitive Acquisition



52.217-9 Option to Extend the Term of the Contract



52.223-3 Hazardous Material Identification and Material Safety Data



52.223-4 Recovered Material Certification



52.223-5 Pollution Prevention and Right-To-Know Information



52.223-6 Drug-Free Workplace



52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Items



52.223-10 Waste Reduction Program



52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts



52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving



52.223-19 Compliance with Environmental Management Systems



52.223-20 Aerosols



52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation



52.225-13 Restrictions on Certain Foreign Purchases



52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran – Representation and Certifications



52.232-1 Payments



52.232-39 Unenforceability of Unauthorized Obligations



52.232-40 Providing Accelerated Payments to Small Business Subcontractors



52.243-1 Alt II Changes-Fixed-Price



52.252-2 Clauses Incorporated by Reference





Additionally, the following clauses/provisions located within FAR 52.212- 5 may apply to this acquisition:



52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements



52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards



52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities



52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment



52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment



52.209-10 Prohibition on Contracting with Inverted Domestic Corporations



52.219-6 Notice of Total Small Business Set-Aside



52.219-28 Post Award Small Business Program Representation



52.222-3 Convict Labor



52.222-19 Child Labor Cooperation with Authorities and Remedies



52.222-21 Prohibition of Segregated Facilities



52-222-26 Equal Opportunity



52.222-35 Equal Opportunity for Veterans



52.222-36 Equal Opportunity for Workers with Disabilities



52.222-50 Combating Trafficking in Persons



52.232-34 Payment by Electronic Funds Transfer – Other than System for Award Management



52.233- 3 Protest After Award



52.233-4 Applicable Law for Breach of Contract Claim





The full text of these FAR clauses can be accessed electronically at website:



https://www.acquisition.gov/browse/index/far





The following DFARS Clauses and Provisions may be applicable to this acquisition:



252.203-7000 Requirement 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



252.211-7003 Item Unique Identification and Valuation



252.204-7003 Control Of Government Personnel Work Product



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





The full text of these DFARS clauses can be accessed electronically at website:



https://www.acquisition.gov/dfars




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • ERDC CONTRACTING OFC 3909 HALLS FERRY ROAD
  • VICKSBURG , MS 39180-6199
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >