Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2005 FBO #1404
SOLICITATION NOTICE

56 -- Base Asphalt and Sand Requirements

Notice Date
9/28/2005
 
Notice Type
Solicitation Notice
 
NAICS
324121 — Asphalt Paving Mixture and Block Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, AK, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-05-R-0036
 
Response Due
10/11/2005
 
Archive Date
10/26/2005
 
Description
This is a combined SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR 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, HOWEVER, A BID SCHEDULE AND STATEMENT OF WORK (SOW) WILL BE AVAILABLE UPON REQUEST. Solicitation FA5000-05-R-0036 is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This solicitation is unrestricted, full and open competitive. The NAICS is 324121; Size Standard: 500 employees. DESCRIPTION: Elmendorf AFB has requirements for the following types of materials. Successful offeror must be located within a drivable 20 mile radius of Elmendorf AFB, Alaska, since the various asphalt mix will be picked-up at the successful offeror?s location by the government. All other requirements may be picked-up by the government or be delivered by the successful offeror to the specified government location: 1.) Muni-E Mix (City C Mix), estimated 1500 tons. 2.) Muni-D Mix (City B Mix), estimated 200 tons. 3.) State Type I Aviation Mix, estimated 500 tons. 4). State Type IIA Aviation Mix, estimated 100 tons. 5.) State Type IIA, estimated 1000 tons. 6.) State Type IIB, estimated 100 tons. 7.) State Type III, estimated 200 tons. 8.) 3/8? Minus Driveway Mix, estimated 100 tons. 9.) Aviation State III SBS Mix, estimated 100 tons. 10.) UPM Cold Mix, Dense Graded, estimated 200 tons. 11.) UPM High Performance Cold Mix, 5 gallon pail, estimated 200 pails. 12.) F-Chips, estimated 1000 tons. 13.) Crushed Aggregate D-1 Base Course, estimated 6000 tons. 14.) Airfield Sand, estimated 1000 tons. 15.) Street Sand & Salt Mixture, estimated 3500 tons. 16.) The government contemplates award of a Requirements contract for a 365 day period resulting from this solicitation. Vendor shall be responsible for loading material into a 10-ton dump truck. Standard hours of operation are 7:00 A.M. ? 6:00 P.M. Monday through Friday. The government will provide a one (1) hour notice prior to pick-up of products Monday through Friday and a twenty-four (24) hour notice prior to pick-up of product on Saturday and a forty-eight (48) hour notice prior to pick-up of product on Sunday. This solicitation incorporates FAR Clause 52.203-3, Gratuities, 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.212-1, Instructions to Offerors-Commercial Items, and 52.212-2, Evaluations of Commercial Items. Award will be made to the lowest priced technically acceptable offer. The government reserves the right to make award on the initial offer received without discussions. 17.) Each offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with Alternate I with their offer. The Representations and Certifications can be obtained at the following website: http://orca.bpn.gov. 18.) FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. 19.) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition; on the following FAR clauses in paragraph (b) of 52.212-5 are applicable: 52.204-7, Central Contractor Registration; 52.216-18, Ordering ( from 1 October 2005 through 30 September 2006); 52.216-19, Ordering Limitations (Minimum 2 tons Monday through Friday, 50 tons Saturday or Sunday, Maximum per order or combination of orders 6000 tons); 52.216-21, Requirements; 52.219-4, Notice of price evaluation preference for HUBZone small business concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan; 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foregin Purchases, and FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Prospective Contractors must be registered in CCR prior to award. 20.) The following provisions and clauses also apply: DFARS 252.204-7004, Required Central Contractor Registration ; 252.204-7004 Alternate A; 252.212-7000, Offeror Representations and Certifications ? Commercial Items, however, the certification in paragraph (b) of the provision does not apply to this solicitation; 252.212-7001, Contract Terms and Conditions required to implement Statutes or Executive Orders applicable to Defense acquisitions of commercial items, is applicable, but only the following clauses in paragraph (b) apply: 252.219-7003, Small, Small Disadvantaged and Women-owned Small Business Subcontracting Plan (test program); 252.225-7001, Buy American Act and Balance of Payments Program; 252.243-7002, Requests for Equitable Adjustments, 252.247-7023, Alternate III, Notification of transportation by sea, 252.232-7003, Electronic Submission of Payment Requests,. 21.) Statement of Work and Bid Schedule must be requested from 3rd Contracting Squadron/LGCA, Attn: Jerry Webb, 10480 22nd Street, Suite 249, Elmendorf AFB, AK 99506 at (907) 552-5337 or fax at (907) 552-7497 or e-mail to jerry.webb@elmendorf.af.mil. 22.) Offers must be signed, dated, and submitted on company letterhead paper. Offers are due NO LATER THAN 11 OCTOBER 2005 (2:00 P.M. ALASKA TIME). Send offers to the 3rd Contracting Squadron/LGCA, Attn: Jerry Webb, 10480 22nd Street, Suite 249, Elmendorf AFB, AK 99506. Offers may be submitted via fax at (907) 552-7497 or e-mail to jerry.webb@elmendorf.af.mil. If not available, contact SSgt Todd Purdy at (907) 552-9679. Point of Contact: Jerry Webb, Contract Administrator, (907) 552-5337, Fax (907) 552-7497, e-mail jerry.webb@elmendorf.af.mil, or SSgt Todd Purdy, Contract Administrator at (907) 552-9679, Fax (907) 552-7497, e-mail todd.purdy@elmendorf.af.mil
 
Place of Performance
Address: Elmendorf AFB, Anchorage, Alaska
Zip Code: 99506
Country: USA
 
Record
SN00905761-W 20050930/050928211934 (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  © 1994-2020, Loren Data Corp.