Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2007 FBO #2202
MODIFICATION

56 -- Sand, 480 Tons, Delivered to the USAF Academy

Notice Date
12/5/2007
 
Notice Type
Modification
 
NAICS
423320 — Brick, Stone, and Related Construction Material Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, UNITED STATES
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-08-T-0022
 
Response Due
12/7/2007
 
Archive Date
12/22/2007
 
Point of Contact
Scott Rogers, Contract Specialist, Phone 719-333-3777, Fax 719-333-6608
 
E-Mail Address
scott.rogers@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ), solicitation number FA7000-08-T-0022, in accordance with FAR Parts 12 & 13. The USAF Academy, 10 CEG, has a requirement to purchase 480 tons of sand mixed in the following proportions: 70% 1/8 INCH minus fines (crushed rock); 27% silt sand; and, 3% red stabilizer (CLAY). The sand shall be delivered to two softball fields in the Cadet Area off Academy Drive within the USAF Academy. 240 tons of sand will be delivered to softball field #1 and 240 tons of sand will be delivered to softball field #2. The vendor will notify the Civil Engineering POC no later than one business day prior to delivery. The shipping FOB for this RFQ is Destination. The required delivery date is NLT 30 days from the date of award. Quotations received with other than FOB Destination pricing will not be considered. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. The North American Industrial Classification System (NAICS) number is 423320 and the business size standard is 100 employees. The proposed acquisition is a 100% small business set aside. Women owned and service disabled veteran owned small businesses are strongly encouraged to submit quotes. The Government will award a purchase order from this solicitation to the responsible offeror whose lowest price and technically acceptable quote conforms to the solicitation. Only technically acceptable offers will be considered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with all requirements, that offer will not be technically acceptable. In your email or fax quote, please provide quote price; best delivery date; Tax ID #; Cage Code and DUNS #. Additionally, your company must be registered in the CCR System as well as registered and completed your online Reps and Certs at the following website: http://orca.bpn.gov/publicsearch.aspx. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer (Attachment). This acquisition must comply with the Buy America Act and, as such, a Buy America Act Certification will be provided for your completion and signature. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer (Attachment). The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this acquisition: Addendum to 52.212-4 (c) and 52.247-34 FOB Destination (Nov 1991). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2001), applies to this acquisition with the inclusion of the following: 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic submissions of Invoices; and 252.204-7004 (ALT A) Central Contractor Registration (52.204-7) Alternate A. The full text of any clause may be accessed electronically at http://farsite.hill.af.mil/. Quotes must be received NLT 4:00PM MST, December 7, 2007, by e-mail at scott.rogers@usafa.af.mil or mail to: Mr. Scott E. Rogers, 10th Contracting Division (LGCA), 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotations received after this date and time will be considered late and will not be evaluated. Thank you for you interest in providing excellent products to the USAF Academy. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-DEC-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-08-T-0022/listing.html)
 
Place of Performance
Address: Director, 10th Contracting Division, Attention: Mr. Scott E. Rogers-10MG/LGCA, 8110 Industrial Drive-Suite 200, USAF Academy, CO
Zip Code: 80840-2315
Country: UNITED STATES
 
Record
SN01464715-F 20071207/071205233215 (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.