Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2007 FBO #2092
SOLICITATION NOTICE

56 -- Furnish and Deliver Gravel (ABC) at Laguna Field Office - USBR, Yuma Area Office, Yuma AZ

Notice Date
8/17/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
BOR/YAO Myra Cordero 928-343-8134 7301 Calle Agua Salada Yuma AZ 85364
 
ZIP Code
85364
 
Solicitation Number
07SQ340204
 
Response Due
8/27/2007
 
Archive Date
8/16/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ). Quotes are being requested and a written RFQ will not be issued. The RFQ being issued is 07SQ340204 and Quotes (including the completed FAR 52.212-03, Offeror Representations and Certifications - Commercial Items) are due Monday, August 27, 2007, 4:00 p.m. local time. This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. This procurement is being issued as a Small Business Set Aside; however, large businesses are encouraged to respond in the event that no responsive small business submits a reasonable quote. The NAICS Code is 212321 and the small business size standard is 500 employees. The Government anticipates award of a firm-fixed price purchase order resulting from this RFQ, to the Contractor whose offer is the most advantageous to the Government. The Bureau of Reclamation (Reclamation), Yuma Area Office (YAO), Yuma, AZ, has a requirement for 15,000 Tons of Gravel Base (ABC) to be delivered (load, haul, and stockpile) at the designated location at Reclamation's Laguna Operating Yard, Winterhaven CA. CLIN 0001 15,000 TONS OF GRAVEL BASE, ABC $_________. Measurement for payment for loading, weighing, hauling, and stockpiling will be based upon the tons of material delivered to the designated location. GRAVEL BASE: The gravel base material to be stockpiled consists of quarry materials, with fine grained binder, obtained and furnished by selective development of materials from the quarry or from any alternate gravel and binder source approved by the Contracting Officer. Approval of a deposit is not an approval of all materials taken from the deposit. The Contractor shall be responsible for the specified quality of all such materials used in the work. No payment will be made for any material which does not meet the specification requirements. The materials shall be of a maximum size of 1-inch, shall be free from organic matter, lumps of clay, soft rock, or other deleterious substances and shall be graded uniformly to meet the following grading requirements, by weight, as determined by laboratory sieves: SIEVE SIZE PERCENT PASSING BY WEIGHT 1-1/2 inch-square mesh sieve 100 percent 3/16-inch-square mesh sieve 15-50 percent 200-mesh screen maximum 5-20 percent STOCKPILE: Gravel stockpiles shall be built as compactly as practicable. Gravel stockpiles shall have an average uniform height of 12 feet and shall have no noticeable peaks or valleys. SUBMITTALS: Successful Offeror shall submit to the Contracting Officer for approval. 1.) Weighmaster credentials. Include licenses and experience of the proposed weighmaster. 2.) Weigh tickets. Submit weigh tickets weekly. Weigh tickets shall clearly show the type of material on the truck, where the truck was weighed, and the final destination of the truck. Show the tare weight of the truck, loaded weight of the truck, and the weight of material being transported. DELIVERY: Deliveries shall be coordinated with the COR, and shall be made between the hours of 6:00 a.m. and 4:00 p.m., Monday thru Friday. The following are the applicable provisions and contract clauses incorporated by reference: FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items amended as follows: The following factors shall be used to evaluate offers: past performance and price. Past performance will consider the offeror's ability of satisfying past orders for the same or similar items and their past record of meeting delivery schedules. Submit three (3) recent/relevant references for same/similar work, include: Company/Agency Name, Point of Contact Name and Telephone number; contract/purchase order value/price. Past performance is less important than price. The government will award a contract to the Offeror whose offer conforms to this RFQ and will be the most advantageous to the Government, price and other factors considered. If offerors are not registered via the ORCA website at http://orca.bpn.gov, offerors shall competed and return a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offeror; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 paragraph (b) is tailored to incorporate the following FAR clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28, Post Award Small Business Program Representation; 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 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 Records on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-1, Buy American Act-Supplies; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. Full text of the Federal Acquisition Regulations can be found at http://www.arnet.gov/far. Quotes (price and past performance references) are to be submitted on letterhead to the Bureau of Reclamation, Attn: YAO 3100, Attn: Myra Cordero, 7301 Calle Agua Salada, Yuma, AZ 85364 by Monday, August 27, 2007, 4:00 p.m. local time. In order to receive a contract award, contractors shall be registered in the Central Contractor Registration (CCR) System at http://www.ccr.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142534&objId=170729)
 
Place of Performance
Address: Laguna Field Office/Winterhaven, Imperial County, California
Zip Code: 92283
Country: US
 
Record
SN01376831-W 20070819/070817222207 (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.