Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
MODIFICATION

96 -- RECOVERY--96--RECOVERY-ARRA amendment to solicitation for 4000 tons riprap at Lock and Dam 7 at Minnesota City MN and 1780 tons at Blackhawk Park, near DeSoto WI extended to 9/1/09. Amendment adds additional quarry to rock sources list.

Notice Date
8/26/2009
 
Notice Type
Modification/Amendment
 
NAICS
212319 — Other Crushed and Broken Stone Mining and Quarrying
 
Contracting Office
US Army Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-09-T-0067
 
Response Due
9/1/2009
 
Archive Date
10/31/2009
 
Point of Contact
Carol S. Olson, 651-290-5406
 
E-Mail Address
US Army Engineer District, St. Paul
(carol.s.olson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY--Recovery-This is an American Recovery and Reinvestment Act funded combined synopsis/solicitation for commercial supplies prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. The reference number for this effort is W912ES-09-T-0067 and the solicitation is issued as a request for quotation (RFQ). The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/ This solicitation is set-aside 100% for small business concerns. The associated NAICS code is 212319 and the small business size standard is 500 employees. This requirement consists of line item 0001 4000 NET TON (2000 lb) STONE RIPRAP FOR ARRA-MISSISSIPPI RIVER PROTECTION OF CULTURAL RESOURCES-ROCK SUPPLY, AND 2 OPTION LINE ITEMS EACH FOR 2000 NET TON (2000 lb) STONE RIPRAP. Work to be completed under this purchase order will consist of the following: The offeror shall supply and deliver 4000 tons of stone riprap material to be placed on barges located at the loading dock on the downstream side of Lock and Dam 7, 33018 Highway 61, La Crescent MN 55947. Deliverables and acceptance of deliverables will be FOB destination. Period of performance August 24 through September 30, 2009. Line item 0004 1780 NET TON (2000 lb) ARRA ROCK SUPPLY BLACKHAWK SHORELINE PROTECTION, AND 1 OPTION LINE ITEM FOR 1640 NET TON (2000 lb) ROCK SUPPLY. The offeror shall supply and deliver 1780 tons of stone riprap material to be placed on barges located at Blackhawk Park, Pool 9, near De Soto WI 54624. Period of performance for Black hawk delivery is October 15 through November 30, 2009. The provision at 52.202-1 Definitions, applies to this solicitation. The provisions at 52.203-5 Covenant Against Contingent Fees, 52.203-6 Restrictions on Subcontractor Sales to the Government, 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements, 52.211-5 Material Requirements, 52.212-3 Offeror Representations and Certifications Commercial Items, and 52.219-1 Small Business Program Representations apply to this solicitation. The contractor shall return a completed copy of these provisions with its quotation. A copy of the provisions may be attained from http://www.arnet.gov/far. The clause at 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items, applies to this acquisition. The following FAR clauses are applicable to this acquisition. 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government, Alt 1, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.211.17 Delivery of Excess Quantities, 52.215-2 Audit and Records-Negotiation, 52.219-28 Post-Award Small Business Program Representation, 52.219-6 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, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam 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, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-1 Payments, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.233-4 Applicable Law for Breach of Contract Claim, 52.233-3 Protest After Award, 52.242-15 Stop-Work Order, 52.247-34 F.O.B. Destination, 52.252-2 Clauses Incorporated by Reference. The following DFAR clauses are applicable to this acquisition: 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alt A, Required Central Contractor Registration, 252.212-7000 Offeror Representations and Certifications-Commercial Items, 252.232-7003 Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, and 252.243-7001 Pricing of Contract Modifications. 252.246-7000 Material Inspection and Receiving Report. To be awarded this contract, the offeror must be registered in the Central Contractor Registration (CCR). CCR information may be found at http://www.ccr.gov. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. Contact Carol Olson at carol.s.olson@usace.army.mil to receive the complete solicitation. Quotations are due to the St. Paul District Corps of Engineers, 190 East Fifth Street, St. Paul, MN 55101-1638 3:30 PM CDT, September 1, 2009. Faxed or emailed quotes are acceptable. Email to carol.s.olson@usace.army.mil or fax to (651)290-5706 Attn: Carol. In order for an interested party to have a complete quotation package, the package must also contain the following items: Copy of completed FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONSCOMMERCIAL ITEMS; completed FAR clause 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS; and the statement: I certify that this quote is valid for a period of ____days, signed and dated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-09-T-0067/listing.html)
 
Place of Performance
Address: US Army Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
 
Record
SN01926798-W 20090828/090826235832-a4d8bb7089b535e206500bf7e23830de (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.