Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2008 FBO #2372
SOLICITATION NOTICE

56 -- Sulphur, Oklahoma. Supply and deliver crushed limestone and red crushed granite

Notice Date
5/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - CHIC - CHICKASAW NATIONAL RECREATION AREA 1008 West 2nd Street (580) 622-7204 Sulphur OK 73086
 
ZIP Code
73086
 
Solicitation Number
N7510080021
 
Response Due
6/20/2008
 
Point of Contact
Rosalind G. Sorrell, (580) 622-7204 Contract Specialist 5806227204 rosalind_sorrell@nps.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. This requirement is being issued as Request for Proposal (RFP) No. N7510080021. The FAR clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-25. FAR clauses and provisions are available through Internet access at www.acqnet.gov/far. This solicitation is 100% small business set-aside. The North American Industry Classification System (NAICS) code is 484220. The small business size standard is $23.5 million. A firm fixed price contract will be awarded for these Commercial Items. This acquisition is for the supply and delivery of 7,025 tons of 1-1/2" crushed limestone (crusher run) and 1,055 tons of 5/8" minus red crushed granite (crusher run). General Requirements for Limestone Crusher Run: 100 percent passing the 1-1/2" sieve. General Requirements for Red Granite Crusher Run: 100 percent passing the 5/8" sieve. General Requirements for both Limestone and Red Granite Crusher Run: The aggregate base course material shall consist of an intimate mixture of graded aggregate, coarse and fine, and shall be practically free from vegetable or other deleterious substances. Coarse aggregate shall consist of sound, tough, durable particles or fragments of disintegrated limestone. Fine aggregate shall be sand, stone dust, or other inert finely divided mineral matter. Inspection of the proposed material will be performed by the Contracting Officer's Representative from a stockpile sample upon which a test will be conducted before it is accepted, to ensure reasonable uniformity and acceptability. No substitution of materials shall be made without the prior approval of the Contracting Officer. Delivery to commence on or around June 30, 2008, and to be completed by August 8, 2008. Contractor must be able to meet this delivery schedule. Material shall be delivered on a "will call" basis, between the hours of 8:30 a.m. and 3:30 p.m. Monday through Friday, with a minimum order of 20 tons. Delivery schedule is approximately 200-400 tons daily, as needed and scheduled with the Contracting Officer's Representative on-site. Place of Delivery within Chickasaw National Recreation Area (tonnage shown is approximate): Red Granite Crusher Run: Platt District exercise/bromide area - 1,055 tons(1/8 mi south of Sulphur on U.S. Hwy 177) Limestone Crusher Run: West Hunting Area - 300 tons (2 mi south on Cooper Memorial Road)East Hunting Area - 300 tons (1.5 mi south off Good Shepherd Road)Point Maintenance Area - 2,020 tons (5 mi south on Cooper Memorial Road)Buckhorn Water Treatment Plant Road - 4,404 tons (5 mi south on Hwy 177, 2 mi west) For a PDF file map of the park, use website access: www.nps.gov/chic Click on "View Map". Government reserves the right to change location of delivery within Chickasaw National Recreation Area with no additional expense to the contract. Delivery sites have limited space available for maneuvering trucks, therefore contractors are encouraged to visit the sites by arranging access with Art Boss, 580/618-3462. Offeror schedule pricing shall be provided on plain bond paper with company identification clearly visible. 1.Supply and deliver 1-1/2" limestone crusher run: Qty. 7,025 tons, unit price $_____ = Total price $__________ 2.Supply and deliver 5/8" minus red granite crusher run: Qty. 1,055 tons, unit price $______ = Total price $__________ FAR 52.212-2, Evaluation-Commercial Items is applicable.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: 1. Price2. Past Performance - timeliness in delivery. Whereas price is equal to past performance. 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 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. Offerors who did not provide past performance information will be considered non-responsive. Offerors wishing to respond to this RFP should provide the office with the following: A price offer on company letterhead for the requested items showing number of tons to be delivered for the listed prices AND a history of past performance with a minimum of 5 references with contact information listed. Offerors must furnish company name, official point of contact name, DUNS number, TIN number, address, phone and fax number, email address. Far 52.222-41, The Service Contract Act is applicable. Service Contract Act Wage Determination No. 2005-2432 applies to this contract (see attachments). The following FAR provisions and clauses are applicable to this acquisition: These clauses can be accessed through the website http://www.acqnet.gov/far 52.212-1 Instruction to Offerors-Commercial Items52.212-2 Evaluation - Commercial Items52-212-3 Offeror Representations and Certifications - Commercial Item52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Item 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 152.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.211-16 Variation in Quantity52.219-6 Notice of Total Small Business Set-Aside; 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 52.225-1 Buy American Act - Supplies; 52.232-1 Payments52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration52.232-2 Service of Protest52.232-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim52.243-1 Changes - Fixed Price52.244-6 Subcontracts for Commercial Items52.246-2 Inspection of Supplies - Fixed Price52.246-4 Inspection of Services - Fixed Price52.247-34 F.O.B. Destination Contractors are required to be registered in the Central Contract Registration (CCR) government system prior to award to be eligible for government contract - the link can be found at http://www.ccr.gov. Contractors are required to be provide representations and certifications online at https://orca.bpn.gov All questions for this solicitation must be either faxed to Rosalind Sorrell at 580/622-2296 or emailed to rosalind_sorrell@nps.gov. Offers are due 4 p.m. CDT, June 20, 2008, and can be sent to National Park Service, Chickasaw National Recreation Area, 1008 West 2nd Street, Sulphur, OK 73086. Offers may be mailed or faxed to 580/622-2296. Call for confirmation of receipt of fax on 580/622-7204. All responsible sources may submit an offer which will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5eb3f65b0004a6e5755f0d875f0d157a&tab=core&_cview=1)
 
Place of Performance
Address: Chickasaw National Recreation AreaSulphur, Oklahoma
Zip Code: 73086
 
Record
SN01580041-W 20080525/080523215152-5eb3f65b0004a6e5755f0d875f0d157a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.