Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2005 FBO #1377
SOLICITATION NOTICE

Z -- Supply 6500 Cubic Yards of Crushed Aggregate, Surface Course, Grading E

Notice Date
9/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
324121 — Asphalt Paving Mixture and Block Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Central Oregon Procurement, Deschutes NF, 1001 SW Emkay Drive, Bend, OR, 97702
 
ZIP Code
97702
 
Solicitation Number
AG-04GG-S-05-0020
 
Response Due
9/12/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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 are being requested and a written solicitation will not be issued. (To request a vicinity map showing project Road Number 41, please contact the Contracting Officer or Procurement Technician, phone numbers are listed below). Description of Work ? Supply and deliver to the job site 6500 Cubic Yards of Crushed Aggregate, Surface Course, Grading E. The project is located in T.18S., R.11E. Prospective Offerors may assess the project by traveling Southwest on Cascade Lakes Hwy 46 from Bend, OR, approximately 5 miles. Thence South on FS Road Number 41 approximately 12 miles. Aggregate will need to be delivered by October 12, 2005. The following is the Solicitation Schedule of Items: Item 1 Estimated Total Amount Quantity Crushed Aggregate, Surface Course 6,500 CY $________________ Grading E (Supply and deliver) Place of Performance: Forest Road Number 41, (See location and description stated above). The Deschutes National Forest is under a Public Use Restrictions policy that went into effect midnight Sunday, August 21, 2005. The following restrictions are included: 1) Campfire restricted to designated sites only. 2) Smoking 3) Vehicles limited to 2 and 4 digit roads and other roads that are paved, graveled or cindered. 4) Welding, use of acetylene torches, explosives or chainsaws. Operations on this road work will not start until the fire danger has abated. 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: Technical Evaluation Factors: Past Performance-Firms performing similar work that have successfully completed these projects within the last three years. Successful completion will be based on the following factors: a) Timeliness-projects were completed on schedule; if delays in contractor work completion occurred, they were outside the controls of the contractor. b)-Work quality-1) History of efficient and consistent quality construction projects. 2) Demonstrated by a consistent record of customer satisfaction. 3) Excellent communications with customers. Business Organization?List names of all KEY personnel who will be directly involved on this project. List the on-site project managers experience and qualifications along with other onsite employees skill and experience performing similar work. c) Price-These factors are listed in descending order of importance. Offerors should address each item listed under the three factors as these items will be the basis for best value determination for award. All evaluation factors, other than price, when combined, shall be more important than price. However, trade-offs among cost or price and non-cost factors shall allow the Government to accept best value. The Government may issue orders to other than the lowest quote, waive minor informalities or irregularities in quotes received or elect to not award at all. The Government may issue an order on the basis of quotes as received, without entering into discussions with any quoters. Therefore, each initial quote should contain the quoters best terms. Quotes are due September 12, 2005, Close of Business 4:30pm. Quotes can be faxed to (541) 383-5544. Please notify the Contracting Department ahead of time prior to faxing, by contacting Maria Gonzalez, Contracting Officer at (541)383-5547 or Joann Smalling, Procurement Technician at (541)383-5545. Measurable Performance Standards: The measurement and payment for contract work will be made only for those pay items included in the Schedule of Items. All other work and materials will be considered incidental to and included in the payment to the pay items in the Schedule of Items. The following clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items (Jan 2005). 52.212-2 Evaluation?Commercial Items (Jan 1999). 52.212-3 Offeror Representations and Certifications?Commercial Items (March 2005). 52.212-4 Contract Terms and Conditions?Commercial Items (Oct 2003) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2005). 52.219-6 Notice of Total Small Business Set-Aside (June 2003). 52.222-3 Convict Labor (June 2003). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004). 52.222-21 Prohibition of Segregated Facilities (Feb 1999). 52.222-26 Equal Opportunity (April 2002). 52.222-35 Equal Opportunity for special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001). 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004). 52.225-1 Buy American Act-Supplies (June 2003). 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003). 52.204-3 Taxpayer Identification (Oct 1998). 52.204-6 Data Universal Numbering System (DUNS) Number (Oct 2003). 52.204-7 Central Contractor Registration (Oct 2003). 52.204-8 Annual Representations and Certifications (Jan 2005). 52.211-9 Desired and Required Time of Delivery (June 1997). 52.211-10 Commencement, Prosecution, and Completion of Work (Apr 1984). 52.211-18 Variation in Estimated Quantity (Apr 1984). 52.243-1 Changes-Fixed Price (Aug 1987). All offeror?s must provide a completed copy of 52.212-3, Offeror Representation and Certifications Commercial Items. The offeror must have completed their annual representations and certifications electronically at http://orca.bpn.gov. DUNS Number _______________________ TIN Number _______________________
 
Place of Performance
Address: Bend Fort Rock Ranger District, FS Road Number 41, Bend, OR
Zip Code: 97701
Country: USA
 
Record
SN00884646-W 20050903/050901211801 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.