Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

J -- asphalt for the Tucson Air Branch, AZ

Notice Date
8/21/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate, 1300 Pennsylvania Avenue NW, Washington , DC 20229
 
ZIP Code
20229
 
Solicitation Number
20039457
 
Response Due
7/25/2008
 
Archive Date
1/21/2009
 
Point of Contact
Name: Bartek Chwalek, Title: Contract Specialist, Phone: 2023442684, Fax: 2023441254
 
E-Mail Address
bartek.m.chwalek@cbp.dhs.gov;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 20039457 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-24. The associated North American Industrial Classification System (NAICS) code for this procurement is 333131 with a small business size standard of 500 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-07-25 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Tucson, AZ 95708 The DHS-Customs and Border Protection requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, 3 " thick asphalt layer, 30 feet wide by 600 feet long.This requisition for material ONLY.All vendors must bid exact match to the specifications stated in the SOW and then document the full scope of work in the space provided. Please note in order to view the attachment you must go to www.fedbid.com. SELLERS MUST NOTE THAT THE WORK MAY NOT BEGIN FOR UP TO 12 (TWELVE) MONTHS. THEREFORE, SELLERS MUST BID A FIRM FIXED PRICE THAT WILL BE HONORED UNTIL WORK IS REQUESTED. In order to be considered, vendor shall document what they are bidding for evaluation by the end date and time of this solicitation. Vendors shall bid exact match to specifications documented in the Statement of Work, 1, EA; For this solicitation, DHS-Customs and Border Protection intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS-Customs and Border Protection is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to clientservices@fedbid.com so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO).SELLERS MUST NOTE THAT THE WORK MAY NOT BEGIN FOR UP TO 12 (TWELVE) MONTHS. THEREFORE, SELLERS MUST BID A FIRM FIXED PRICE THAT WILL BE HONORED UNTIL WORK IS REQUESTED. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Award evaluation criteria - Technically acceptable then lowest price based on the evaluation of the technical submission. Clarifications - Q & A*Is there a specific asphalt mix design and/or would the Government prefer a proposal for a local type [commonly produced] asphalt? A) Locally produced asphalt would meet our needs. *Is there an anticipated completion date for the associated earthwork and subgrade preparation? B) The anticipated completion date for the preparation would have been August 1st. However, there is a delay to this preparation and this may delay the start of the pavement by up to several months. *What is the design thickness of the proposed asphalt layer? C) The planned thickness will be 3" so as to allow our aircraft tow tractors to drive on. *Does the proposed design include a thickened edge? If so, what is the cross section - dimensions? D) There should be no need for a thickened edge *What is the required tonnage of asphalt needed on a per hour basis? E) Standard industry practice. *Will the government provide assistance [security clearance] in accessing the Base for the delivery trucks? F) The materials truck will need to check in at the gate to enter the base. The Air Force will provide them with the authorizations to enter the base but they will still need to go through the security check at the gate. This will include a driver's license, registration, and proof of insurance. This should not be an area that involves CBP. The CE will contract with the local company and provide the directions for the company. *Does the Government have a specific haul route within the Air Force Base? G) Same situation as paragraph F. The Air Force will give them directions for getting to our ramp. *Are there any special flight line requirements pertaining to signage, flagging, or strobe lights on delivery trucks? H) There will be no specific signage requirements for the trucks. The Air Branch will need to move our aircraft prior to beginning the construction.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9f954f3c727435ec13077f2ae511625f&tab=core&_cview=1)
 
Place of Performance
Address: Tucson, AZ 95708<br />
Zip Code: 95708<br />
 
Record
SN01647980-W 20080823/080821223903-9f954f3c727435ec13077f2ae511625f (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.