Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2008 FBO #2313
SOLICITATION NOTICE

56 -- Combined Synopsis Solicitation for Aggregate Rock

Notice Date
3/25/2008
 
Notice Type
Solicitation Notice
 
NAICS
423320 — Brick, Stone, and Related Construction Material Merchant Wholesalers
 
Contracting Office
ACA, Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L08T0053
 
Response Due
4/11/2008
 
Archive Date
6/10/2008
 
Point of Contact
Sara McNally, 580-442-5229
 
E-Mail Address
Email your questions to ACA, Fort Sill
(sara.mcnally@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ACTION CODE: Combined Synopsis/Solicitation Notice CLASS CODE: 56, Miscellaneous Construct Materials NAICS CODE: 423320, Brick, Stone, and Related Construction Material Merchant Wholesalers SUBJECT: Aggregate Rock SOLICIT ATION NUMBER: W9124L-08-T-0053 SET-ASIDE CODE: Total Small Business SITE VISIT: No Site Visit Scheduled CLOSING DATE: 04/11/2008 @ 4PM CDST PLACE OF PERFORMANCE: East and West Ranges of Ft. Sill POINT OF CONTACT: Sara McNally, Contract Specialist, PH: 580-442-5229 or e-mail sara.mcnally@us.army.mil (A.) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (B.) This solicitation W9124L-08-T-0053 is a Request for Quote (RFQ) for aggregate rock. (C.) Ve ndor must provide the following information: " Company Name/Address: " DUNS #: " Cage Code: " Federal Tax ID: " Business Size: " Business Type: ____________(Minority/Woman-Owned/Disadvantaged/Veteran-Owned, etc.) " Delivery Date: days After Receipt of Order (ARO) " Point of Contact: " POC Phone/Fax/E-mail: " Total amount of Bid: $_____________ Current CCR Registration is Mandatory. Quote should reflect FOB: Destination. Contact Sara McNally by ph one/fax/email if you have any questions/concerns. Phone: 580-442-5229/fax: 580-442-3819/email: sara.mcnally@us.army.mil (D.) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular ( FAC) 2005-24, Effective 28 February 2008. (E.) The associated NAICS code is 423320, and size standard is 100. This solicitation is issued under FAR Subpart 13.5, Test Program For Certain Commercial Items. (F.) The following items are to be delivered on-site at Fort Sill, Oklahoma at the East and West Ranges. Please provide quote in spaces provided below: CLIN 0001(Information Only): BASE CONTRACT The required material shall be delivered to Fort Sill ranges to include East Ran ge and West Range. One-way delivery distance can range from 1 mile to 30 miles from Apache Gate. Aggregate material must be uniform in size. Delivery will be on an as-needed basis and made within 24 hours of request. Some materials will be in orders as little as 10 tons/day up to 900 tons/day, and will be delivered in rough or wet terrain. Some orders may require end dump and some orders may require belly dump. Deliveries will be made between 7:30 am and 4:00 pm (Monday  Friday). All delivery trucks must enter Fort Sill through Apache Gate off of State Highway 49. Upon entering Fort Sill, drivers must contact ITAM Office for an escort or directions to the delivery site. At delivery, drivers must present statement for materials delivered to include type of material, quantity ordered, date delivered, locations of delivery site and price as agreed upon by this contract. All requests will originate through ITAM. Period of Performance is April 15, 2008 thru September 30, 2008. CLIN 0001AA: Agg regate, 2 ? Crusher Run; Estimated in Actual Tons, Unit Price ___________ x 23,000 Tons = Extended Price ______________ CLIN 0001AB: Aggregate, 8 Surge; Estimated in Acutal Tons, Unit Price __________ x 350 Tons = Extended Price ____________<BR > CLIN 0001AC: Aggregate, 12 RIPRAP; Estimated in Actual Tons, Unit Price __________ x 1,730 Tons = Extended Price ___________ CLIN 0002 (Information Only): OPTION 1 The required material shall be delivered to Fort Sill ranges to include Eas t Range and West Range. One-way delivery distance can range from 1 mile to 30 miles from Apache Gate. Aggregate material must be uniform in size. Delivery wi ll be on an as-needed basis and made within 24 hours of request. Some materials will be in orders as little as 10 tons/day up to 900 tons/day, and will be delivered in rough or wet terrain. Some orders may require end dump and some orders may require bel ly dump. Deliveries will be made between 7:30 am and 4:00 pm (Monday  Friday). All delivery trucks must enter Fort Sill through Apache Gate off of State Highway 49. Upon entering Fort Sill, drivers must contact ITAM Office for an escort or directions t o the delivery site. At delivery, drivers must present statement for materials delivered to include type of material, quantity ordered, date delivered, locations of delivery site and price as agreed upon by this contract. All requests will originate thro ugh ITAM. Period of Performance is October 1, 2008 thru September 30, 2009. CLIN 0002AA: Aggregate, 2 ? Crusher Run; Estimated in Actual Tons, Unit Price ___________ x 23,000 Tons = Extended Price ______________ CLIN 0002AB: Aggregate, 8 Surge; Estimated in Acutal Tons, Unit Price __________ x 350 Tons = Extended Price ____________ CLIN 0002AC: Aggregate, 12 RIPRAP; Estimated in Actual Tons, Unit Price __________ x 1,730 Tons = Extended Price ___________ CLIN 0003 (Infor mation Only): OPTION 2 The required material shall be delivered to Fort Sill ranges to include East Range and West Range. One-way delivery distance can range from 1 mile to 30 miles from Apache Gate. Aggregate material must be uniform in size. Delive ry will be on an as-needed basis and made within 24 hours of request. Some materials will be in orders as little as 10 tons/day up to 900 tons/day, and will be delivered in rough or wet terrain. Some orders may require end dump and some orders may requir e belly dump. Deliveries will be made between 7:30 am and 4:00 pm (Monday  Friday). All delivery trucks must enter Fort Sill through Apache Gate off of State Highway 49. Upon entering Fort Sill, drivers must contact ITAM Office for an escort or directi ons to the delivery site. At delivery, drivers must present statement for materials delivered to include type of material, quantity ordered, date delivered, locations of delivery site and price as agreed upon by this contract. All requests will originate through ITAM. Period of Performance is October 1, 2009 thru September 30, 2010. CLIN 0003AA: Aggregate, 2 ? Crusher Run; Estimated in Actual Tons, Unit Price ___________ x 23,000 Tons = Extended Price ______________ CLIN 0003AB: Aggreg ate, 8 Surge; Estimated in Acutal Tons, Unit Price __________ x 350 Tons = Extended Price ____________ CLIN 0003AC: Aggregate, 12 RIPRAP; Estimated in Actual Tons, Unit Price __________ x 1,730 Tons = Extended Price ___________ CLIN 0004 ( Information Only): OPTION 3 The required material shall be delivered to Fort Sill ranges to include East Range and West Range. One-way delivery distance can range from 1 mile to 30 miles from Apache Gate. Aggregate material must be uniform in size. D elivery will be on an as-needed basis and made within 24 hours of request. Some materials will be in orders as little as 10 tons/day up to 900 tons/day, and will be delivered in rough or wet terrain. Some orders may require end dump and some orders may r equire belly dump. Deliveries will be made between 7:30 am and 4:00 pm (Monday  Friday). All delivery trucks must enter Fort Sill through Apache Gate off of State Highway 49. Upon entering Fort Sill, drivers must contact ITAM Office for an escort or di rections to the delivery site. At delivery, drivers must present statement for materials delivered to include type of material, quantity ordered, date delivered, locations of delivery site and price as agreed upon by this contract. All requests will orig inate through ITAM. Period of Performance is October 1, 2010 thru September 30, 2011. CLIN 0004AA: Aggregate, 2 ? Crusher Run; Estimated in Actual Ton s, Unit Price ___________ x 23,000 Tons = Extended Price ______________ CLIN 0004AB: Aggregate, 8 Surge; Estimated in Acutal Tons, Unit Price __________ x 350 Tons = Extended Price ____________ CLIN 0004AC: Aggregate, 12 RIPRAP; Estimat ed in Actual Tons, Unit Price __________ x 1,730 Tons = Extended Price ___________ CLIN 0005 (Information Only): OPTION 4 The required material shall be delivered to Fort Sill ranges to include East Range and West Range. One-way delivery dis tance can range from 1 mile to 30 miles from Apache Gate. Aggregate material must be uniform in size. Delivery will be on an as-needed basis and made within 24 hours of request. Some materials will be in orders as little as 10 tons/day up to 900 tons/da y, and will be delivered in rough or wet terrain. Some orders may require end dump and some orders may require belly dump. Deliveries will be made between 7:30 am and 4:00 pm (Monday  Friday). All delivery trucks must enter Fort Sill through Apache Gat e off of State Highway 49. Upon entering Fort Sill, drivers must contact ITAM Office for an escort or directions to the delivery site. At delivery, drivers must present statement for materials delivered to include type of material, quantity ordered, date delivered, locations of delivery site and price as agreed upon by this contract. All requests will originate through ITAM. Period of Performance is October 1, 2011 thru September 30, 2012. CLIN 0005AA: Aggregate, 2 ? Crusher Run; Estimated in A ctual Tons, Unit Price ___________ x 23,000 Tons = Extended Price ______________ CLIN 0005AB: Aggregate, 8 Surge; Estimated in Acutal Tons, Unit Price __________ x 350 Tons = Extended Price ____________ CLIN 0005AC: Aggregate, 12 RIPRAP ; Estimated in Actual Tons, Unit Price __________ x 1,730 Tons = Extended Price ___________ (G.) To view/download a complete copy of the Request for Quote (RFQ) please view the DOC Homepage website, http://sill-www.army.mil/doc/ . For further i nformation email sara.mcnally@us.army.mil. (H.) The following FAR provisions and clauses apply to this acquisition and are incorporated: 52.204-7, Central Contractor Registration; 52.212-1 Instructions to OfferorsCommercial Items (NOV 2007); 52.2 12-3 Offeror Representations and Certifications  Commercial Items (NOV 2007) must be completed and submitted with the offer; 52.212-4 Contract Terms and Conditions  Commercial Items; 52.217-9 Option to Extend the Term of the Contract; 52.247-34 F.O.B. De stination. 52.211-16 Variation in Quantity (Apr 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in man ufacturing processes, and then only to the extent, if any, specified in paragraph (b) below. (b) The permissible variation shall be limited to: 10% Percent increase 10% Percent decrease This increase or decrease shall apply to the total con tract quantity. (End of Clause) 52.212-2 Evaluation-Commercial Items (a) 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 Capability Price Past Performance Technical and past performance, when combined, are equal, when compared to price. (b) Opt ions. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalance d. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or othe rwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (I.) The following clauses in FAR 52.212-5  Contract Terms and Conditions Required to Im plement Statutes or Executive Orders are applicable to this acquisition: 52.203-6, 52.219-4, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 5 2.225-13, 52.232-36. (J.) The following clauses are in incorporated with websites: FAR 52.252-1 Solicitation Provisions Incorporated by Reference and FAR 52.252-2 Clauses Incorporated by Reference. For further information please go to the associate d websites: http://acquisition.gov/comp/far/index.html and http://farsite.hill.af.mil. (K.) The following DFARS clauses apply to this acquisition: 252.204-7004 Alt A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Requ ired Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within the aforementioned clause are being selected as applicable to this acquisition: 52,203-3, 252.225-7001, 252.225-7012, 252 .243-7002, 252.247-7023 . (L.) Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: 1. LINE ITEMS Offeror is required to submit offer on all bid items. Failure to do so will be cause for rejection of the offer. In case of variation between the unit price and the extension, the unit price will be considered to be the offer. 2. APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling tr ailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately ? mile). Entrance to Apache Gate is on the l eft (south). 3. CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. 4. CHANGES Cha nges in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government.<BR > 5. IDENTIFICATION OF CONTRACTOR EMPLOYEES AND VEHICLES Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contract or-furnished identification badges upon termination of employee. 6. CONDUCT OF EMPLOYEES The Contractors employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. 7. CLARIFICATION OF THIS SOL ICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Sara McNally at email sara.mcnally@us.army.mil and Lisa Slagle at email lisa.g.slagle@us.army.mil. Clarification s and/or questions are due by 2:00p.m (CDST), Wednesday, April 2, 2008. No phone calls, email only. Oral explanations will not be binding. 8. COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. 9. INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be receiv ed at the office designated for receipt by the exact time specified in the RFQ, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes will be deeme d to be extended to the same time of day specified in the RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. 10. NOTICE OF AWARD A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 11. AWAR D FOR ALL OR NONE OF THE LINE ITEMS Should an award be made, such award shall be for all the items required to affect completion of the project. Quotes received for less than the Governments total requirement will be considered non-responsive. 12. REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to in stallation/facility and conduct of operations shall be observed by the Contractor and his employees. 13. WORK FORCE The successful bidder shall not hire persons not legally residing in the United States of America. 14. PAYMENTS <B R>In accordance with FAR Clause 52.232-36 Payment By Third Party, incorporated into this contract by reference at paragraph (b) of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items, the following information is furnished: The Government will process payments for supplies provided under this contract through the Government Purchase Card System. Contractors are encouraged to assign an identification number to each invoice. The Government will confirm items invoiced by the contractor and authorize payment through the Government purchase card system. The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours of payment authorization. (Se e block 9 of the SF 1449 or block 6 of the DD 1155 for the mailing address.) Payment by the Government Purchase Card usually occurs within 72 hours of card transaction. Card transaction (payment) will occur at the time of acceptance of supplies by the Go vernment. Payment may be suspended due to non-conforming supplies. The contractor shall maintain the capability to accept the government purchase card during the life of the contract. The third party is: US Bank GPC Payment S ervices PO Box 6313 Fargo, ND 58125-6313 The purchase card to be used is: GSA Smart Pay Purchase Card (GPC) (M.) Of fers are due at the ACASR, Directorate of Contracting, SFCA-SR-SI, PO Box 33501, Bldg 1803, Fort Sill, OK 73503-0501 by 4:00 PM April 11, 2008. Fax transmissions of quotes will be accepted, fax number 580-442-3819. All responsible sources may submit a q uote which will be considered.
 
Place of Performance
Address: ACA, Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
Country: US
 
Record
SN01541023-W 20080327/080325225131 (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.