이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[미국] ID SPOOL WELDER
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2017.08.21
원본

 

공고명: ID SPOOL WELDER

게시일: 2017/08/20

마감일: 2017/09/01

수행지역: 미국

카테고리: 31 - 제조부품

 

공고내용

 

Solicitation Number :

W912EQ-17-Q-0015


Notice Type :

Combined Synopsis/Solicitation

 

Synopsis :


Added: Aug 18, 2017 2:50 pm
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 supply requirement for the delivery of one (1) ID Spool Welder post and base weld arm torch and accessories, wire feeder tank and stand roll-o-matic circuit board based control and one miller dimension 652 power supply and accessories. This procurement is 100% Set-Aside for Small Business. The associated NAICS code is 333992 with small business with an employee size standard of 1,250. 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. CLIN 0001 One (1) ID Spool Welder SEE ATTACHED SCOPE OF WORK (SOW) 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 Ensley Engineering Yard (EEY), 2915 Riverport Road, Memphis, TN 38109 within four (4) 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: The Government will award a contract resulting from this solicitation to the responsible offeror whose quote 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: All quotes submitted will be evaluated for (1) Technical Acceptability, (2) Satisfactory Past Performance & (3) Price. The government will issue award to the offeror whose proposal is the Lowest Price of those determined to meet at least the minimum requirements to be determined Technically Acceptable & Demonstrates Satisfactory Past Performance. Technical Acceptability; is defined as the capability to PROVIDE THE ITEMS as specified in this Solicitation and the attached Scope-of-Work (SOW), and the ability to meet or exceed the specified delivery schedule. To be determined Technically Acceptable Offerors Shall Submit the following with their quote package; Evidence of the Capability to provide the items specified, such as a product description, technical specification sheets, product drawings and/or any other documentation necessary for the government to make a determination of technical acceptability of the item quoted. Offerors Shall Submit, with their quote a project delivery schedule/date and certify with their quote that they are capable of completing delivery on or before Four (4) Weeks after receipt of award. Satisfactory Past Performance; 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 System­­Statistical Reporting (PPIRS­SR) 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 PPIRS­SR 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's approach to evaluating past performance is to check data obtained from other sources available i.e. government database, past contract files, etc. It is incumbent upon the offeror to submit sufficient documentation and information for the Government to determine technical acceptability, satisfactory past performance and proposed price. Failure to submit sufficient information for the government to determine technical acceptability, past performance or price may be cause for rejection of your quote. 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 MaintenanceFAR 52.204-16 Commercial and Government Entity Code ReportingFAR 52.204-17 Ownership or Control of OfferorFAR 52.204-18 Commercial and Government Entity Code MaintenanceFAR 52.204-19 Incorporation by Reference of Representations and CertificationsFAR 52.207-4 Economic Purchase Quantity - SuppliesFAR 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 EqualFAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation - Commercial ItemsFAR 52.212-3 Offeror Representation and Certifications--Commercial Items 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 ManufactureFAR 52.223-5 Pollution Prevention and Right-to-Know InformationFAR 52.232-39 Unenforceability of Unauthorized ObligationsFAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52-237-2 Protection of Government Buildings, Equipment, and VegetationFAR 52.246-1 Contractor Inspection RequirementsFAR 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-AsideFAR 52.219-28 Post Award Small Business Program RepresentationFAR 52.222-3 Convict LaborFAR 52.219-13 Notice of Set-Aside of Orders 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 PurchasesFAR 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 OfficialsDFARS 252.203-7005 Representation Relating to Compensation of Former DoD OfficialsDFARS 252.204-7003 Control of Government Personnel Work ProductDFARS 252.204-7004 System for Award Management, Alternate ADFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dev. 2016-O0001) DFARS 252.204-7011 Alternative Line Item StructureDFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dev 2016-O0001) DFARS 252.204-7015 Disclosure of Information to Litigation Support ContractorsDFARS 252.211-7003 Identification and ValuationDFARS 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 ChromiumDFARS 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 RequestsDFARS 252.225-7048 Export-Controlled ItemsDFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving ReportsDFARS 252.232-7010 Levies on Contract PaymentsDFARS 252.244-7000 Subcontracts for Commercial ItemsDFARS 252.247-7023 Transportation of Supplies by Sea Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Friday, September 01, 2017 no later than 1:00 PM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-17-Q-0015 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.

 

Please consult the list of document viewers if you cannot open a file.


SOW


Type:

Other (Draft RFPs/RFIs, Responses to Questions, etc..)


Label:

SOW


Posted Date:

August 18, 2017

 


SCOPE_OF_WORK_-_ID_SPOOL_WELDER.docx (18.04 Kb)

Description: SOW FOR THE ID SPOOL WELDER

 

Contracting Office Address :

Attn: CEMVM-CT 167 North Main Street, Room B-202 Memphis, Tennessee 38103-1894 United States


Place of Performance :

2915 Riverport Road Memphis, Tennessee 38109 United States


Primary Point of Contact. :


Amy L. Starks,

Contract Specialist

amy.l.starks@usace.army.mil

Phone: 9015440786

Fax: 9015443710

 

원본 URL: https://www.fbo.gov/index?s=opportunity&mode=form&id=cd391a1c35b3ac5675d621c46259f7b3&tab=core&_cview=0