Tenders of Saint Lawrence Seaway Development Corporation Usa
Sorry!
No Active
Tenders of Saint Lawrence Seaway Development Corporation Usa
foundCheck archived
Tenders of Saint Lawrence Seaway Development Corporation Usa
SAINT LAWRENCE SEAWAY DEVELOPMENT CORPORATION USA Tender
United States
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; Proposals (offers) Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number 6923g519r0001(r) Is Issued As A Request For Proposals.
the Saint Lawrence Seaway Development Corporation (slsdc Or Corporation) Has A Large And Diverse infrastructure To Support Its Operations And They Are maintained Through The Slsdc Support Facilities. the Slsdc is Seeking Technical And Cost Proposals To Develop A Facilities Master Plan For Slsdc Facilities In Massena, New York.
*work Statement And Reference Drawings
work Statement And Drawings Are Furnished As Attachments.
*completion Of Technical And Cost Proposals
each Offeror Is Required To Complete And Return Electronic Copies Each Of A Technical And Cost Proposal As Outlined Below.
a. Technical Proposals Requirements:
technical Proposals Shall Include Sufficient Information So That A Proper Evaluation Can Be Made With Respect To The Requirements Outlined In The Statement Of Work. As A Minimum, Technical Proposals Shall Include The Following:
1) Discussion Of The Understanding Of The Scope Of Work And How Their Proposal Will Meet The Requirements Of The Scope Of Work In This Rfp.
2) Discussion Of Project Approach Which Shall Include:
a) Assumptions Of Existing Conditions (e.g. Equipment And Facilities, Topographic, Etc.) That Will Be Used As The Basis Of Planning.
b) Types Of Information On The Use Of The Slsdc Support Facilities That Will Be Gathered For The Facilities Master Planning Input Purposes, And Proposed Means Of Gathering This Information.
c) Structure And Elements Of The Facilities Master Plan Document.
3) Resumes Describing The Qualifications And Experience All Key Personnel To Be Assigned To Complete This Scope Of Work.
b. Cost Proposals Requirements:
cost Proposals Shall Include Any And All Costs To Complete The Scope Of Work. Slsdc Intends To Award A Time And Materials, Not To Exceed Contract For This Solicitation. All Travel And Meals Shall Be Reimbursed Per The Requirements Of The Government Travel Regulations. The Slsdc 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 Cost And Technical Perspective. However, The Slsdc Reserves The Right To Conduct Discussions With Offerors If Deemed Necessary By The Contracting Officer.
*evaluation Of Proposals
the Slsdc Will Make Award To The Responsible Offeror Whose Offer Conforms To The Requirements And On The Weighted Evaluation Factors Listed Below:
• Technical Proposals (50%):
the Technical Proposals Shall Demonstrate The Consultant’s Understanding Of The Scope Of Work And Shall Meet The Objectives And Address The Requirements Specified Under The Technical Proposal Requirements Above.
• Past Performance (25%):
the Consultant And Subcontractor(s) Shall Have Completed At Least Two (2) Projects Of Similar Scope And Complexity Within The Past Ten (10) Years. References Shall Be Provided. Each Reference Shall Include The Name And Address Of The Client, A Brief But Detailed Description Of The Work Performed And A Contact Person With Valid Contact Information (phone Number And Email).
• Price (25%):
pricing As Specified Under The Cost Proposal Requirements Above.
*contract Award
(1) The Slsdc Intends To Award A Firm-fixed-price Contract Resulting From This Solicitation To The Responsible Offeror(s) Whose Proposal(s) Represents The Best Value After Evaluation In Accordance With The Factors In The Solicitation.
(2) The Slsdc May Reject Any Or All Proposals If Such Action Is In The Slsdc’s Interest.
(3) The Slsdc May Waive Informalities And Minor Irregularities In Proposals Received.
(4) The Slsdc Intends To Evaluate Proposals And Award A Contract Without Discussions With Offerors (except Clarifications As Described In Far 15.306(a)). Therefore, The Offeror’s Initial Proposal Should Contain The Offeror’s Best Terms From A Cost Or Price And Technical Standpoint. The Slsdc Reserves The Right To Conduct Discussions If The Contracting Officer Later Determines Them To Be Necessary. If The Contracting Officer Determines That The Number Of Proposals That Would Otherwise Be In The Competitive Range Exceeds The Number At Which An Efficient Competition Can Be Conducted, The Contracting Officer May Limit The Number Of Proposals In The Competitive Range To The Greatest Number That Will Permit An Efficient Competition Among The Most Highly Rated Proposals.
(5) Exchanges With Offerors After Receipt Of A Proposal Do Not Constitute A Rejection Or Counteroffer By The Slsdc.
(6) The Slsdc May Determine That A Proposal Is Unacceptable If The Prices Proposed Are Materially Unbalanced Between Line Items Or Subline Items. Unbalanced Pricing Exists When, Despite An Acceptable Total Evaluated Price, The Price Of One Or More Line Items Is Significantly Overstated Or Understated As Indicated By The Application Of Cost Or Price Analysis Techniques. A Proposal May Be Rejected If The Contracting Officer Determines That The Lack Of Balance Poses An Unacceptable Risk To The Slsdc.
(7) A Written Award Or Acceptance Of Proposal Mailed Or Otherwise Furnished To The Successful Offeror Within The Time Specified In The Proposal Shall Result In A Binding Contract Without Further Action By Either Party.
a Contract Will Be Awarded Only If The Price Is Within Available Funding Appropriations And Relates To The Slsdc’s Concept Of The Project.
*site Visits
site Visits Will Be Held On september 16, 2020 At 10:00 Am Local Time. It Is Strongly Recommended That Those Interested In Submitting A Proposal Arrange For A Site Visit To Become Familiar With The Slsdc Facilities. Arrangements Must Be Made Through The Offices Of Engineering And Maintenance At (315) 764-3240 At Least Three Business Days In Advance In Order To Make Preparations For Access To Slsdc Property. any Expenses Involved In A Site Visit Shall Be Borne By The Attendees.
*clauses And Provisions
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, 52.219-14 -- Limitations On Subcontracting, 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
civil Engineer (gs-12 W/ Applicable Locality Pay) $35.16 $11.45
response Date For Receipt Of Offers/quotes Is By 10:00 Am Est, Monday, spetmeber 21, 2020. 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. Proposals Sent By Email Must Have Notice Id In The Subject Line To Be Considered For Award. Offerors Shall Submit Any Requests For Clarification To The Contracting Officer No Later Than september 17, 2020 By 3:00 Pm Local Time. Requests May Be Sent By E-mail To Jason.brockway@dot.gov. Any Information Given To A Prospective Offeror Concerning A Solicitation Will Be Furnished Promptly To All Other Prospective Offerors As An Amendment To The Solicitation, If That Information Is Necessary In Submitting Quotations. 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/.
Closing Date21 Sep 2020
Tender AmountRefer Documents
SAINT LAWRENCE SEAWAY DEVELOPMENT CORPORATION USA Tender
United States
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; Quotes (offers) Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number 6923g520q1099 Is Issued As A Request For Quotation. The Applicable Naics Code Is 333120 And The Size Standard Is 1,250 Employees. This Is A Total Small Business Set-aside Procurement. Any Concern Submitting An Offer In Its Own Name That Proposes To Furnish An End Product It Did Not Manufacture (a "nonmanufacturer"), Is A Small Business If It Has No More Than 500 Employees. The Us Small Business Administration Has Issued A Class Waiver For Construction Type Cranes Over 15 Ton Under Naics 333120. For This Procurement, A Nonmanufacturer Does Not Have To Furnish The Product Of A Small Business.
the Saint Lawrence Seaway Development Corporation Is Seeking To Purchase A 45-ton Crane. All Interested Companies Shall Complete And Sign The Price Schedule Located In The Attachment/links Section And Include It With Any Additional Company Specific Documentation.
additional Information On The Trade-in Crane Is Attached.
offerors Submitting Quotes On An "equal" Crane Shall Provide Descriptive Literature Demonstrating That The "equal" Crane Meets The Required Salient Features.
award Shall Be Made To The Offeror Whose Quote Represents The Best Value To The Government Using Lowest Priced, Technically Acceptable Procedures. Cranes Meeting The Required Salient Features Will Be Considered Technically Acceptable. trade-in Option Amounts Will Be Included In The Calculation Of Lowest Priced.
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/
the Following Solicitation Provisions Apply To This Acquisition:
•1. Far 52.212-1, "instructions To Offerors-commercial Items" (jun 2020)
•2. Far 52.212-3, "offerors Representations And Certifications-commercial Items" (aug 2020)
offerors Must Complete Annual Representations And Certifications On-line At Https://www.sam.gov In Accordance With Far 52.212-3, "offerors Representations And Certifications-commercial Items." If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
•1. Far 52.212-4, "contract Terms And Conditions-commercial Items" (oct 2018)
•2. Far 52.212-5, "contract Terms And Conditions Required To Implement Statutes Or Executive Orders" (aug 2020)
the Following Subparagraphs Of Far 52.212-5 Are Applicable:
52.203-6, Restrictions On Subcontractor Sales To The Government, With Alternate I; 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards; 52.209-6, Protecting The Government's Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment; 52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters; 52.219-6, Notice Of Total Small Business Set-aside; 52-219-8, Utilization Of Small Business Concerns; 52.219-14, Limitations On Subcontracting; 52.219-28, Post Award Small Business Program Rerepresentation; 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 Opportunities For Workers With Disabilities; 52.222-37, Employment Reports On Veterans; 52.222-40, Notification Of Employee Rights Under The National Labor Relations Act; 52.222-50, Combating Trafficking In Persons; 52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.225-5, Trade Agreements; 52.225-13, Restrictions On Certain Foreign Purchases; 52.232-33, Payment By Electronic Funds Transfer-system For Award Management. Other Applicable Far Provisions And Clauses Include 52.204-7, System For Award Management (oct 2018); 52.204-13, System For Award Management Maintenance (oct 2018); 52.204-18, Commercial And Entity Code Maintenance (aug 2020); 52.204-19, Incorporation By Reference Of Representations And Certifications (dec 2014); 52.232-39, Unenforceability Of Unauthorized Obligations (jun 2013); 52.232-40, Providing Accelerated Payment To Small Business Subcontractors (dec 2013).
response Date For Receipt Of Offers/quotes Is By 2:00 Pm Est, Thursday, September 24, 2020. Quotes Shall Be Sent To Katie Maloney, Contract Specialist, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, Ny 13662 Or Emailed To Katie.maloney@dot.gov, Include: 45-ton Crane-6923g520q1099 In The Subject Line. late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
all Responsible Offerors May Submit A Quote Which Shall By Considered By The Saint Lawrence Seaway Development Corporation. The Slsdc Intends To Award A Fixed-price Contract As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. Offerors Must Have An Active Registration In The System For Award Management (sam) At Www.sam.gov To Be Eligible For Award.
Closing Date24 Sep 2020
Tender AmountRefer Documents
SAINT LAWRENCE SEAWAY DEVELOPMENT CORPORATION USA Tender
SAINT LAWRENCE SEAWAY DEVELOPMENT CORPORATION USA Tender
United States
Purpose:
the Great Lakes St. Lawrence Seaway Development Corporation (gls) Is Seeking Sources For Small Businesses Capable Of Providing Industrial Uniform Rental Services Under Naics Code: 812332 With A Size Standard Of $41.5 Million.
background:
gls Is A Wholly Owned U.s. Government Corporation Within The U.s. Department Of Transportation Which Owns And Operates The Portion Of The St. Lawrence Seaway (seaway) In U.s. Territorial Waters Between Lake Ontario And Montreal, Canada, Including Two Navigation Locks. Part Of Gls’s Mission Is To Facilitate The Safe And Efficient Passage Of Commercial Vessels Through The Seaway, Which Includes Maintenance, Repair And/or Replacement Of Structures And Facilities.
project Scope:
the Contractor Shall Provide All Labor, Equipment, Transportation, And Incidentals Necessary To Deliver Industrial Fire-retardant Uniform Rental And Laundry Services For An Estimated One Hundred (100) Gls Employees In Massena, New York. The Government Intends To Negotiate A Firm Fixed Price (ffp) Contract. The Resulting Contract Will Be For One Base Year (12-months) And Four (4) One-year (12-months) Option Periods. the Contractor Will Be Required To Deliver F.o.b Destination Any New, Laundered, Altered/repaired Uniforms, And Pick Up Soiled Uniforms On A Weekly Basis.
submission:
interested Firms Shall Submit The Following Information For This Rfi:
1. provide The Following Business Information:
company/institute Name:
address:
point Of Contact:
cage Code:
phone Number:
e-mail Address:
web Page Url:
2. Please E-mail A Capability Statement And Other Relevant Information.
all E-mail Subject Lines Must Contain Industrial Uniform Rental Rfi In The Subject Line. Questions Regarding This Announcement Shall Be Submitted In Writing By E-mail To Katie.maloney@dot.gov. Verbal Questions Will Not Be Accepted And The Gls Will Not Respond To Questions At Its Discretion. All Communications Will Be Sent Via E-mail And Shall Not Contain Proprietary Information. All Responses Shall
be Submitted Prior To January 28, 2022, 2:00pm Est To Katie.maloney@dot.gov . Vendors Who Respond To This Rfi Should Not Anticipate Feedback With Regards To Their Submission Other Than Acknowledgement Of Receipt. Gls Reserves The Right To Review Late Submissions But Makes No Guarantee That They Will Be Reviewed.
this Is A Request For Information (rfi) Only.
in Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. The Rfi Is Issued Solely For Information And Planning Purposes; It Does Not Constitute A Request For Quotation (rfq), Request For Proposal (rfp) Or A Promise To Issue A Solicitation. Responders Are Advised That The U.s. Government Will Not Pay Any Cost Incurred In Response To This Rfi. All Costs Associated With Responding To This Rfi Will Be Solely At The Responding Party's Expense.
Closing Date28 Jan 2022
Tender AmountRefer Documents