Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOLICITATION NOTICE

P -- Concrete Grinding

Notice Date
3/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Campbell, ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W91248-09-R-0015
 
Response Due
4/30/2009
 
Archive Date
6/29/2009
 
Point of Contact
shirley.banks, 270-798-7857<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number W91248-09-R-0015 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those included through Federal Acquisition Circular 2005-31. Acquisition is set aside for small business concerns. The NAICS Code is 562219 and the small business size standard is $12.5 million. Offer schedule with contract line item numbers and items, quantities and units of measure, Performance Work Statement, Wage Determination, and Past Performance Questionnairre are available at the DOC website: https://doc.campbell.army.mil/opportunities.asp. Performance period is for a base and four (4) 12-months option periods. The provision at 52.212-1 Instructions to OfferorsCommercial Items, is applicable and is tailored as follows: Paragraphs (b)(5), (d), (e), (h), and (i) are deleted. This provision is also addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information - www.gsa.gov); 52.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.216-1 Type of Contract (Fill-in information, firm fixed-price requirements); 52.217-4 Evaluation of Options; and 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting. The provision at 52.212-2 EvaluationCommercial Items is applicable; evaluation factors are Technical (Proposed Equipment List), Past Performance, and Price. Technical and Past Performance, when combined, are significantly more important than Price. The Government intends to make a single award to the responsive and responsible offeror whose offer is most advantageous to the Government considering price and non-price related factors. The successful offeror must be registered in CCR (Central Contractor Registration). CCR website is https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Offerors are instructed to submit the following documents with offers: Completed Offer Schedule; List of Proposed Equipment; Completed copy of FAR Provision 52.212-3, Offeror Representations and CertificationsCommercial Items, and DFARS Provision 252.212-7000 Offeror Representations and CertificationsCommercial Items or a statement that Representations and Certifications are available at the ORCA website; financial and customer references (name of financial institution where business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers). Also provide a brief description of previous contracts: services provided, the length of the contract or agreement, and the dollar value, point of contact and telephone number. This information will be used to determine responsibility for the successful offeror. Participants shall also forward the attached Past Performance Questionnairre to customers where the same or similar services are provided and ask customers to complete and return the documents to June Fletcher-Schiewe, linda.j.fletcherschiewe@us.army.mil. The clause at 52.212-4, Contract Terms and ConditionsCommercial Items, applies to this acquisition, and is addended to incorporate the following clauses: 52.216-18 Ordering (Fill-in information: Such orders may be issued throughout the 12-months base period); 52.216-19 Order Limitations (Fill-in information: Paragraph (a), Minimum order N/A; Paragraph (b)(1), Maximum order 20,000 tons; Paragraph (b)(2) 20,000 tons; Paragraph (3), 30 calendar days; 52-216-21 Requirements (Fill-in information dates will be specified in delivery orders); 52.217-8 Option to Extend Services (Fill-in information: 60 calendar days); 52.217-9 Option to Extend the Term of the Contract (Fill-in information: Paragraph (a) 60 calendar days in both places, Paragraph (c) 60 calendar months; 52.219-6 Notice of Total Small Business Set-Aside; 52.228-5 Insurance--Work on a Government Installation; 52.232-17 Interest; 52.252-2 Clauses Incorporated by Reference (Fill-in information www.gsa.gov); 252.201-7000 Contracting Officers Representative; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; 252-242-7000 Postaward Conference; and 252.243-7001 Pricing of Contract Modifications. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.203-6 Restrictions on Subcontractor Sales to the Government Alt 1; 52 219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-9 Small Business Subcontracting Plan Alt II; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-50 Combating Trafficking in Persons; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50 Combating Trafficking in Person; 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration; 52.222-41 Service Contract Act of 1965, As Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires (Fill-in information: Employee Class, Monetary Wages-Fringe Benefits: (Heavy Equipment Operator, #23440, $12.19/$1.64 and Laborer, #23470, $21.15/$2.85); 52.222-43 Fair Labor Standards Act and Service Contract ActPrice Adjustment (Multiple Year and Option Contracts). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional DFARS clauses cited within the clause are also applicable: 52.203-3 Gratuities; 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.219-7003 Small Business Subcontracting Plan (DoD Contracts); 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002 Certification of Requests for Equitable Adjustment; and 252-247-7024 Notification of Transportation of Supplies by Sea. Offers are due not later than 3:00 P.M. CT 30 April 2009. All responsible concerns may submit an offer which will be considered by the agency. Offers received after 3:00 P.M. CT 30 April 2009 will be rejected and not considered for award. Submit offers to Mission & Installation Contracting Command, Directorate of Contracting, ATTN: June Fletcher-Schiewe, 2172 13 Street, Fort Campbell, KY 42223-5334. Point of Contact is Ms. Fletcher-Schiewe, 270-798-3441, linda.j.fletcherschiewe@us.army.mil. OFFER SCHEDULE UNIT OF UNIT TOTAL CLINDESCRIPTIONQUANTITY ISSUE PRICE PRICE BASE PERIOD (12 Months): 0001 Grind Concrete, Separate Aggregates, Load and Haul Aggregates to Various Locations: 0001AA Grind Concrete Slab, 20,000Tons $_________ $_________ Maximum of 48X34 to Various Aggregates (0.75 to 6) 0001AB Load and Haul Aggregates to 5,000Tons$_________ $_________ Location within 7 Miles of Grinding Site 0001AC Load and Haul Aggregates to 2,500Tons$_________ $_________ Location within 14 Miles of Grinding Site 0001AD Load and Haul Aggregates to 2,500Tons$_________ $_________ Location within 21 Miles of Grinding Site 0002 Contractor Manpower Reporting 2 Each$_________ $_________ TOTAL, CLINS 0001-0002, BASE PERIOD$____________________ FIRST OPTION PERIOD (12 Months): 1001 Grind Concrete, Separate Aggregates, Load and Haul Aggregates to Various Locations: 1001AA Grind Concrete Slab, 20,000Tons $_________ $_________ Maximum of 48X34 to Various Aggregates (0.75 to 6) 1001AB Load and Haul Aggregates to 5,000Tons$_________ $_________ Location within 7 Miles of Grinding Site 1001AC Load and Haul Aggregates to 2,500Tons$_________ $_________ Location within 14 Miles of Grinding Site 1001AD Load and Haul Aggregates to 2,500Tons$_________ $_________ Location within 21 Miles of Grinding Site 1002 Contractor Manpower Reporting 2 Each$_________ $_________ TOTAL, CLINS 1001-1002, FIRST OPTION PERIOD$____________________ SECOND OPTION PERIOD (12 Months): 2001 Grind Concrete, Separate Aggregates, Load and Haul Aggregates to Various Locations: 2001AA Grind Concrete Slab, 20,000Tons $_________ $_________ Maximum of 48X34 to Various Aggregates (0.75 to 6) 2001AB Load and Haul Aggregates to 5,000Tons$_________ $_________ Location within 7 Miles of Grinding Site 2001AC Load and Haul Aggregates to 2,500Tons$_________ $_________ Location within 14 Miles of Grinding Site 2001AD Load and Haul Aggregates to 2,500Tons$_________ $_________ Location within 21 Miles of Grinding Site 2002 Contractor Manpower Reporting 2 Each$_________ $_________ TOTAL, CLINS 2001- 2002, SECOND OPTION PERIOD$____________________ THIRD OPTION PERIOD (12 Months): 3001 Grind Concrete, Separate Aggregates, Load and Haul Aggregates to Various Locations: 3001AA Grind Concrete Slab, 20,000Tons $_________ $_________ Maximum of 48X34 to Various Aggregates (0.75 to 6) 3001AB Load and Haul Aggregates to 5,000Tons$_________ $_________ Location within 7 Miles of Grinding Site 3001AC Load and Haul Aggregates to 2,500Tons$_________ $_________ Location within 14 Miles of Grinding Site 3001AD Load and Haul Aggregates to 2,500Tons$_________ $_________ Location within 21 Miles of Grinding Site 3002 Contractor Manpower Reporting 2 Each$_________ $_________ TOTAL, CLINS 3001- 3002, FIRST OPTION PERIOD$____________________ FOURTH OPTION PERIOD (12 Months): 4001 Grind Concrete, Separate Aggregates, Load and Haul Aggregates to Various Locations: 4001AA Grind Concrete Slab, 20,000Tons $_________ $_________ Maximum of 48X34 to Various Aggregates (0.75 to 6) 4001AB Load and Haul Aggregates to 5,000Tons$_________ $_________ Location within 7 Miles of Grinding Site 4001AC Load and Haul Aggregates to 2,500Tons$_________ $_________ Location within 14 Miles of Grinding Site 4001AD Load and Haul Aggregates to 2,500Tons$_________ $_________ Location within 21 Miles of Grinding Site 4002 Contractor Manpower Reporting 2 Each$_________ $_________ TOTAL, CLINS 4001- 4002, FOURTH OPTION PERIOD$____________________ TOTAL, CLINS 0001 40002, BASE AND FOUR OPTION PERIODS $____________________
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=46a45bd2a842a2de958718d5b2fc7d9a&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13 ? & Indiana Streets Fort Campbell KY<br />
Zip Code: 42223-1100<br />
 
Record
SN01781481-W 20090402/090331220604-46a45bd2a842a2de958718d5b2fc7d9a (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.