Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2009 FBO #2663
SOLICITATION NOTICE

56 -- RECOVERY - Aggregate Supply, Mark Twain National Forest

Notice Date
3/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212312 — Crushed and Broken Limestone Mining and Quarrying
 
Contracting Office
Department of Agriculture, Forest Service, R8/R9 Western Operations Center-AQM, 100 W Capitol ST, STE 1141, Jackson, Mississippi, 39269
 
ZIP Code
39269
 
Solicitation Number
AG-447U-S-09-0020AY
 
Archive Date
4/4/2009
 
Point of Contact
Anita J. Young, Phone: 573.364.4621x470, Karen G Ray,, Phone: (601)965-1639
 
E-Mail Address
ayoung@fs.fed.us, karenray@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
The requirements of this acquisition are to furnish, haul and truck spread crushed aggregate base on various roads located on the Mark Twain National Forest. The roads are located in the following counties in Missouri: Christian, Taney, Ozark, Barry, Howell, Douglas, Ripley, Oregon, Shannon, Carter, Wayne, Butler, Phelps, Pulaski, Texas, Laclede, Crawford, Dent, Reynolds, Washington, Iron, St. Genevieve, and Madison. This is a COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice and uploaded to this website. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. A written schedule of items and maps of project areas will be uploaded to this website to facilitate offerors in preparing their quotations. This solicitation is being issued as Request for Quotations No. AG-447U-S-09-0020AY. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. The Forest Service contemplates award of a firm-fixed price contract(s) as a result of this solicitation to the offeror(s) providing the best value to the Government. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items. FAR 52.212-2, Evaluation, Commercial Items: The Government will evaluate quotes in response to this solicitation and make award(s) to the offeror(s) whose offer conforms to this request and will be the most advantageous to the Government considering price, past performance, delivery and quality. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification, Commerical Items with their offer. A full text version of this provision will be uploaded to this website as a separate document to facilitate the offeror in providing this information. The following clauses are applicable to this acquisition: FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, Alt II. FAR 52.204-XX, American Recovery and Reinvestment Act, Reporting Requirements: (a) Definitions. As used in this clause - “First-tier Subcontract” means a subcontract awarded directly by a Federal government prime contractor funded by the Recovery Act. "Jobs Created” means an estimate of those new positions created and filled, or previously existing unfilled positions that are filled, as a result a result of funding by the American Recovery and Reinvestment Act (ARRA). This definition covers only positions established in the United States and outlying areas (see definition in 2.101.) The number shall be expressed as “full-time equivalent” which shall include full-time, part- time, temporary, permanent, positions as expressed as a “person-year,” consistent with the contractor’s existing personnel procedures. This includes positions at the prime level, and the prime contractor’s estimate of positions at the first subcontract tier. "Jobs retained" means an estimate of those previously existing unfilled positions that are filled as a result of funding by the American Recovery and Reinvestment Act (ARRA). This definition covers only positions established in the United States and outlying areas (see definition in 2.101.) The number shall be expressed as “full-time equivalent” which shall include full-time, part- time, temporary, permanent, positions as expressed as a “person-year,” consistent with the contractor’s existing personnel procedures. This includes positions at the prime level, and the prime contractor’s estimate of positions at the first subcontract tier. “Total Compensation” means the complete pay package of contractor employees, including all forms of money, benefits, services, and in-kind payments, consistent with the regulations of the Securities and Exchanges Commission at 17 CCR 229.402. (b) This contract requires products and/or services which are funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act). Section 1512(c) of the Recovery Act requires each contractor that receives contracts from a Federal agency under the Recovery Act to report on use of funds. (c) Reporting starts with the later of the first calendar quarter in which the contractor invoices the Government for work funded by Recovery funds, or the second calendar quarter of 2009. Reporting is required not later than 10 days after the end of each calendar quarter. The Contractor shall report the following information, using the online reporting tool available at ____________. If the tool is not available when the contractor’s report is due, the contractor shall maintain the data necessary to report for that quarter when the tool becomes available or submit the report in hard or soft copy if required by the Contracting Officer. (1) the amount of recovery funds invoiced by the contractor, cumulative since the beginning of the contract; (2) a detailed list of all services performed or supplies delivered for which the contractor has invoiced, including: (i) project title, if any; (ii) a description of the project; (iii) an assessment of the contractor’s progress towards the completion of the requirements of the contract (i.e., not started, less than 50% completed, completed 50% or more, or fully completed). This covers the contract (or portion thereof) funded by the Recovery Act. (iv) an estimate of the number of jobs created by the project, in the United States and outlying areas; and (v) an estimate of the number of jobs retained by the project, in the United States and outlying areas. A job cannot be reported as both created and retained. (3) the Government contract number. (4) Names and total compensation of each of the five most highly compensated officers for the calendar year in which the contract is awarded if – (i) in the Contractor’s preceding fiscal year, the Contractor received-- (A) 80 percent or more of its annual gross revenues in Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) the public does not have access to information about the compensation of the senior executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (5) detailed information on any first-tier subcontract over $25,000, where the subcontractor is not an individual, awarded by the contractor, funded under the Recovery Act, to include the following: (i) Unique identifier (DUNS Number) for the subcontractor receiving the award and of the subcontractor’s parent company, if any. (ii) Name of the subcontractor. (iii) Amount of the subcontract award. (iv) Date of the subcontract award. (v) The applicable North American Industry Classification System code. (vi) Funding agency. (vii) A description of the product or service to be provided under the subcontract. (viii) Subcontract number (the contract number assigned by the prime contractor). (ix) Subcontractor physical address including street address, city, state and nine-digit zip code and congressional district if in the United States. (x) Subcontract primary performance location including street address, city, state and nine-digit zip code and congressional district if in the United States. (xi) Names and total compensation of each of the five most highly compensated officers for the calendar year in which the subcontract is awarded if – (i) in the subcontractor’s preceding fiscal year, the subcontractor received -- (A) 80 percent or more of its annual gross revenues in Federal contracts (and subcontracts), loans, grants (and subgrants), and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants), and cooperative agreements; and (ii) the public does not have access to information about the compensation of the senior executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986, (Note: the information in paragraphs (i) through (x) are not required to be reported for any contractor or first-tier subcontractor whose gross income did not exceed $300,000 in the previous tax year will not have to report subcontracts. (6) For subcontracts under $25,000 or any subcontracts awarded to an individual, the total number of subcontracts awarded in the quarter and their total dollar amount. IN ORDER TO BE ELIGIBLE FOR AN AWARD, POTENTIAL CONTRACTORS MUST COMPLY WITH ALL REQUIREMENTS OF FAR 52.204-7, CENTRAL CONTRACTOR REGISTRATION. This solicitation is 100 percent set aside for small businesses. The NAICS is 212312 (PSC 5610. The small business size standard is 500 employees. This solicitation will consist of 10 separate items. Offerors may submit a quote for all or any combination of items. Quotes are to be submitted Anita Young by fax at 573-364-6844 or 573-426-6817 or by E-mail to ayoung@fs.fed.us. Quotes may be mailed or hand delivered to Mark Twain National Forest, Attn: Anita Young, 401 Fairgrounds Road, Rolla, MO 65401.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=586b40d4221bbc717a88904c9c62e07f&tab=core&_cview=1)
 
Record
SN01765507-W 20090312/090310215043-586b40d4221bbc717a88904c9c62e07f (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.