Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2006 FBO #1636
SOLICITATION NOTICE

56 -- Ready-Mixed Concrete

Notice Date
5/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
327320 — Ready-Mix Concrete Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-06-Q-B519
 
Response Due
5/30/2006
 
Archive Date
6/14/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, FA4861-06-Q-B519 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-07. The NAICS code for this solicitation is 327320. The size standard for a small business under this NAICS code is one that is equal to or less than 500 employees or less for the past 12 months. This Request for Quotation is being submitted as a restricted solicitation open to small businesses. This is a commercial purchase. Contractor?s quotes shall be brand name or equal and include pricing for the following line items: CLIN 0001: Minimum strength for concrete shall be 4000 PSI at 28 days. The maximum allowable water-cement ratio shall be 0.45. The concrete shall be air-entrained with a total air content of 2% plus or minus 1 percentage point at the point of placement. The air determination shall be made in accordance with ASTM C 231. The maximum allowable slump of concrete, at the point of placement shall be 5". Delivery shall be coordinated by calling TSgt Harold Young. First delivery shall be on or about 8 June. Last delivery shall be scheduled on or about 31 October. Minimum daily delivery of 25 cubic yards, maximum daily delivery at 100 cubic yards. Total quantity needed 575 cubic yards. Award will be made on or about 6 June 06. Quotes shall be FOB destination 820 RHS Bldg 2 Creech AFB, Indian Springs, NV 89018. If quoting equal, literature, technical data and product specifications must be submitted with quote for the line item. Quotes should be in the following format; price for each line item independently and price for combined line items. Award Basis: Best Value. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation-Commercial Items, is also applicable. The following factors will be used to evaluate the offer: Price, Technical Capability, and delivery schedule. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.222-3, Convict Labor; FAR 52.222-13, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35,Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award, FAR 52.243-1, Changes-Fixed Price; FAR 52.246-16, Responsibility for Supplies; DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Offerers must include with their quotations: Technical data and a completed copy of the provisions at 52.212-3, Offerer Representations and Certifications?Commercial Items, Attachment 1 and Past Performance References, a minimum of three (3), Attachment 2. Offerors who fail to complete and submit Technical data, Representations and Certifications and Past Performance References, may be considered non-responsive. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration prior to award, may make and offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quotes are due on or before 1:00 p.m., Pacific Daylight Time, on 30 May 2006 attention SrA Dawn Randolph, Contracting Specialist, (702) 652-6003, FAX (702) 652-9570, dawn.randolph@nellis.af.mil.
 
Place of Performance
Address: Bldg 2, Creech AFB, Indian Springs, NV
Zip Code: 89018
Country: USA
 
Record
SN01052920-W 20060520/060519134105 (fbodaily.com)
 
Source
FedBizOpps 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.