Federal Bid

Last Updated on 26 May 2013 at 8 AM
Combined Synopsis/Solicitation
Memphis Tennessee

24--Purchase of three crawler tractors for the Memphis District (Ensley Engineer Yard)

Solicitation ID W912EQ-13-T-0019
Posted Date 27 Mar 2013 at 11 PM
Archive Date 26 May 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Memphis Tennessee United states 38109
This is a combined synopsis/solicitation for commercial items 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.

This is a combined synopsis/solicitation for commercial items 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.

Solicitation Number W912EQ-13-T-0019 is being issued as a request for quotation (RFQ) with the intent to issue one firm fixed price award. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 05-66. This procurement will be issued on an unrestricted basis. The NAICS code for this procurement is 333120 with a size standard of 750 employees.

The US Army Corps of Engineers - Memphis District has a requirement for the purchase of three (3) Caterpillar D6N, LGP Track-Type Tractors, Brand Name or Equal. The tractors shall be new, currently advertised, standard production track type crawler tractors, designed and produced as a Low Ground Pressure undercarriage arrangement machine equipped with a VPAT bulldozer. See the attached document under the area below titled quote mark Additional Info quote mark for the complete set of specifications and the quote sheet. The quoted sheet contains the contract line item number and items, quantities, and units of measure.

DELIVERY REQUIREMENTS:
The contractor will be responsible for the delivery of the equipment to the Ensley Engineer Yard, 2915 Riverport Rd, Memphis, Tennessee 38109. The delivery of the equipment shall be coordinated with technical government personnel. The requested delivery date is not later than 120 days after the receipt of award. All quotes shall include the proposed delivery date.

The Government intends to evaluate quotes and award a contract without discussions with quoters. Therefore, the quoter's initial quote should contain the quoter'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.

Clause 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, price and other factors considered. The following factors shall be used to evaluate offers:

(i) Technical Acceptability
(ii) Past Performance
(iii) Price

The government will issue an award to the quoter whose quote is the lowest price of those determined to meet at least the minimum requirements to be determined technically acceptable & demonstrates acceptable past performance.

(1) Technical Acceptability - the ability to meet the minimum requirements as specified in this solicitation and the attached specification document. To be determined technically acceptable, quoters must provide technical specifications for the equipment they are quoting. It is incumbent upon the quoter to submit sufficient documentation of their technical capability, such as experience of the company and/or experience of key personnel, equipment lists, etc. and/or any other information available to enable the Government to make a determination of the company's technical ability to complete contracts of this type, size, scope and complexity.

(2) Past Performance - To demonstrate acceptable past performance, the quoter shall provide documentation of performance on past or current contracts of a similar type, size, scope and complexity, performed within the last three (3) years including references, with names and contact information of the references who can verify such past performance. Past performance information of key personnel may be provided if the company has limited or no past performance. In the case of a quoter without a record of relevant past performance or for whom information on past performance is not available, the quoter will be evaluated as unknown on Past Performance, providing the quoter supplies a certified statement with their quote that no past performance information is available. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify acceptable past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The quoter is cautioned that while the Government will consider data from other sources, the burden of demonstrating past performance rests with the quoter.

It is incumbent upon the quoter to submit sufficient information for the Government to determine technical acceptability, past performance, and price. Failure to submit sufficient information for the government to determine technical acceptability, past performance, and price may be cause for rejection of your quote.


SAM REGISTRATION:
All quoters shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Note to quoters, The Central Contractor Registration (CCR) has been retired and replaced with SAM. In all instances where CCR is referenced you must refer to SAM.

CLAUSES:
The following FAR Clauses are applicable to this acquisition:
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 Representations and Certifications
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

The following clauses included within FAR Clause 52.212-5 are applicable to this requirement:
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.233- 3 Protest After Award
FAR 52.233-4 Applicable Law for Breach of Contract Claim
FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards
FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment
FAR 52.219-8 Utilization of Small Business Concerns
FAR 52.219-28 Post Award Small Business Program Re-representation
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 52.222-35 Equal Opportunity for Veterans
FAR 52.222-36 Affirmative Action for Workers with Disabilities
FAR 52.222-37 Employment reports on Veterans
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving
FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)
FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration


The following DFARS Clauses are applicable to this acquisition:
DFARS 252.212-7000 Offeror Representations & Certifications-Commercial Items
DFARS 252.204-7011 Alternative Line Item Structure
DFARS 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country
DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
DFARS 252.232-7010 Levies on Contract Payments

The following clauses included within DFARS Clause 252.212-7001 are applicable to this requirement:
52.203-3 Gratuities
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.225-7012 Preference for Certain Domestic Commodities
252.225-7021 Trade Agreements
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports


The full text of the clauses may be accessed electronically at http://farsite.hill.af.mil.

TECHNICAL INQUIRIES AND QUESTIONS:
All technical inquiries and questions relating to W912EQ-13-T-0019 are to be submitted via Bidder/Offeror Inquiry in ProjNet at http://www.projnet.org/projnet.

To submit and review bid/offer inquiry items, offerors will need to be a current registered user or self-register into the system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click, continue. From this page you may view all bidder inquiries or add inquiry. Bidders/Offerors will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team.

The Solicitation Number is: W912EQ-13-T-0019
The Bidder/Offeror Inquiry Key is: 62J69S-MZVKN5

Quoters are encouraged to submit questions at least 3 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Quoters are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP.


NOTES TO QUOTERS:
Quotes are due April 11, 2013 not later than 2:00 p.m. to the USACE, ATTN: Anitra Wilson, CEMVK-CT-S, 4155 East Clay Street, Vicksburg, MS 39183. Quotes may be submitted electronically via email to: [email protected]. Quoters are responsible for ensuring that their quotes arrive prior to the scheduled closing time. Quotes must be clearly identified for Solicitation No W912EQ-13-T-0019 to the Attn. of Anitra Wilson, USACE - Vicksburg District Contracting Office, CEMVK-CT-S.

You are responsible for reading all information contained in this solicitation and all attachments.
Quoters should check the FedBizOpps web site often for a new solicitation and/or modifications to this solicitation.
Bid Protests Not Available