1. DESCRIPTION OF WORK: This is a Total Small Business Set-Aside for the fabrication, assembly and delivery of one (1) Miter Gate Hydraulic Cylinder and Rod Assembly in accordance with the Plans, Drawings and Specifications. 2. TYPE OF CONTRACT: The Government intends to award a Firm-Fixed Price supply contract. 3. BASIS FOR SELECTION OF AWARD: Award shall be made to the lowest priced offeror who is found to be responsible. Quote must include cut-sheets on all hydraulic cylinder assemblies, meet or exceed the technical specifications and delivery schedule to be considered for award. 4. PLACE OF DELIVERY: Contractor shall contact the lockmaster below two weeks prior to the delivery date. Delivery will be made from Monday to Thursday, 0800 to 1600 hours except Federal Holidays. Cost of shipping shall be included in the contract. Government shall provide the crane/forklift and crane operator as required to unload the Hydraulic Cylinder assembly off the Contractor's delivery
truck. Barkley Lock8439 US Highway 62 West Kuttawa, KY 42055POC: Ross Cunningham, Barkley LockmasterPhone: (270) 362-4222Email:
Ross.B.Cunningham@usace.army.mil5. DELIVERY DATE: Hydraulic Cylinders shall be delivered to Lake Barkley 365 calendar days after contract award. 6. POC FOR COMMUNICATIONS: Any communications regarding this procurement before award must be made in writing to the Contracting Branch, Attn: Alison Abernathy at email
Alison.T.Abernathy@usace.army.mil. Inquiries must identify the solicitation number, the requestor’s company name, CAGE, email address, and telephone number to include area code. QUESTIONS: Questions must be submitted to Alison Abernathy at email
Alison.T.Abernathy@usace.army.mil by August 25, 2021 at 5:00 p.m. Central Time. Phone calls or requests to arrange meetings at the Nashville District during the solicitation period to discuss project requirements or company’s capabilities are highly discouraged and will not be allowed. 7. QUOTE SUBMISSION: a. Quotes can be emailed to Alison Abernathy at email
Alison.T.Abernathy@usace.army.mil. b. The quote shall include the following elements to be considered for award: (1) SF 1449: Filled out by the vendor for: Block 17a, Block 17b (if applicable), Block 30a, Block 30b, and Block 30c. (2) Acknowledge all SF 30s, Amendment of Solicitation (if applicable). (3) In accordance with FAR 52.204-7, System for Award Management, registration is required in the System for Award Management (SAM) database located at
www.sam.gov. More specifically, "An Offeror is required to be registered in SAM when submitting an offer or quotation, 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." (See FAR 52.204-7(b)(1)). For SAM Customer Service, contact: Federal Service Desk URL:
www.fsd.govHours: 8am - 8pm (Eastern Time) US Calls: 866-606-8220 International Calls: 334-206-7828 DSN: 866-606-8220 IMPORTANT NOTICE: Effective June 29, 2018 vendors creating or updating their registration can have their registration activated prior to the approval of the required notarized letter. However, the signed copy of the notarized letter must be sent to the GSA Federal Service Desk (FSD) within 30 days of activation or the vendor risks no longer being active in SAM. Vendors can check whether an account is active by performing a query by their CAGE or Unique Entity Identifier (known as DUNS). The new registration process may now take several weeks, so vendors are highly encouraged to begin registering as soon as possible to avoid any possible delays in future contract awards. Remember, there is no cost to use SAM. To find out additional information about the changes of the SAM registration process, contractors should visit the Frequently Asked Questions (FAQ) link located at the top of the SAM homepage (
www.sam.gov). (4) Provide business Unique Entity Identifier Number (previously known as DUNS): _______________________________ (phone 800-333-0505 for DUNS). (5) Provide business CAGE code: _________________________________ (6) Tax Identification Number: ___________________________________ 8. APPARENT SUCCESSFUL OFFEROR: The following may be requested from the apparent successful offeror prior to actual award of the contract: a. A minimum of one (1) banking reference for their firm and a minimum of three (3) past performance references for similar contracted work. (1) The banking reference should include the financial institution’s legal name, complete physical address, a point-of-contact (POC) at the financial institution, the POC’s telephone number, and email address. (2) The past performance references should include firm’s name, the contract number, the contract period of performance and/or contract completion date, the contract’s aggregate value, a brief description of the project, a POC, the POC’s telephone number, and email address. 9. CONTRACTOR FEEDBACK: Help us in BUILDING STRONG. Please provide us with your feedback, comments and recommendations for improvement by visiting our Interactive Customer Evaluation (ICE) website at:
http://ice.disa.mil/index.cfm?fa=card&service_provider_id=110826&site_id=856&service_category