Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOLICITATION NOTICE

56 -- 13,045 TONS OF GRAVEL FOR FORT KNOX, KENTUCKY

Notice Date
9/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212319 — Other Crushed and Broken Stone Mining and Quarrying
 
Contracting Office
ACA, Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W90XBP92610801
 
Response Due
9/25/2009
 
Archive Date
11/24/2009
 
Point of Contact
Jonea M. Brown, 502-624-3400
 
E-Mail Address
ACA, Fort Knox
(jonea.m.brown@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation. Quotes are being requested and a written solicitation will not be issued. This solicitation, W90XBP92610801, is issued as a Request for Quotation (RFQ). The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The associated North American Industrial Classification System (NAICS) code for this procurement is 212319. The size standard for small business is 500 employees. This RFQ is being issued as UNRESTRICTED. These items are for use at 16TH CAV, Fort Knox, KY 40121. LINE ITEM 0001: 4,000 TONS (SPR-2) LINE ITEM 0002: 1,000 TONS (SPR-57) LINE ITEM 0003: 45 TONS (DGA) LINE ITEM 0004: 8,000 TONS (CLII) NO SUBSTITUTIONS WILL BE ACCEPTED. Award will be made in the aggregate to the lowest priced, responsive, responsible offeror, Failure to submit an off on all items will render the offer non-responsive. Delivery shall be FOB destination to training areas (TA9 and 10). Pricing quoted shall include all applicable fees. The following FAR clauses and provisions in their latest editions apply to this combined synopsis/solicitation. (All clauses throughout this combined synopsis/solicitation can be viewed by accessing the website http://farsite.hill.af.mil/.) (1) FAR provision 52.212-1 [Instructions to offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program, which can be accessed via the internet at www.ccr.gov/. The CCR registration will be confirmed prior to contract award; (2) 52.212-3 (ALT I) [Offeror Representations and Certifications Commercial Items Alternate I] Vendors shall include a completed copy of FAR provision 52.212-3 (ALT I)with their offer. If vendor already has information on ORCA website, please indicate this in accordance with this clause; (3) 52.212-4 [Contract Terms and Conditions Commercial Items]; (4) 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I]; 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns]; 52.219-8 [Utilization of Small Business Concerns; 52.219-28 [Post Award Small Business Program Representation; 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]; 52.252-1 [Solicitation Provisions Incorporated By Reference (FEB 1998)] applies to this acquisition and the following website: http://farsite.hill.af.mil/; 52.222-39 [Notification of Employee Rights Concerning Payment of Union Dues or Fees]; 52.225-13 [Restrictions On Certain Foreign Purchases. (Jun 2008)]; 52.232-33 [Payment by Electronics Funds Transfer Central Contractor Registration]; (5) 52.252-2 [Clauses Incorporated By Reference (Feb 1998)] applies to this acquisition and the following website: http://farsite.hill.af.mil/; (6) 252.212-7001 [Contract Terms and Conditions Required To Implement Statues Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items] applies to this acquisition and the following sub FAR clauses apply; 52.203-3 [Gratuities]; 252.203-7000 [Requirements Relating to Compensation of Former DoD Officials]; 252.225-7012 [Preference for Certain Domestic Commodities]; 252.243-7002 [Requests for Equitable Adjustment]; 252.232-7003 [Electronic Submission of Payment Records] Method of payment for this award will be through Wide Area Work Flow (WAWF); 252.247-7003 Alternate III [Transportation of Supplies by Sea]; (7) 252.212-7010 [Levies on Contract Payments]; (8) 52.204-4 [Printed or Copied Double-Sided on Recycled. Paper (Aug 2000)]; (9) 52.204-7 [Central Contractor Registration (JUL 2006)]; (10) 52.222-22 [Previous Contracts and Compliance Reports]; (11) 52.233-2 [Service of Protest]; (12) 252.203-7002 [Requirement to Inform Employees of Whistleblower Rights]; (13) 252.204-7003 [Control of Government Personnel Work Product]; (14) 252.204-7004 Alt I [Required Central Contractor Registration]; (15) 252.209-7001 [Disclosure of Ownership or Control by the Government of a Terrorist Country]; (16) 252.209-7004 [Subcontracting with firms that are owned or controlled by the government of a terrorist country]; (17) 252.212-7000 Offeror Representations and Certifications--Commercial Items; (18) 252.225-7000 Buy American Act--Balance of Payments Program Certificate; (19) 252.225-7002 [Qualifying Country Sources as Subcontractors]. The closing date and time of this combined synopsis/solicitation is 25 September 2009, 10:00 AM EST. Price quotes shall be submitted on company letterhead and signed by a company representative with authority to contractually bind the company. Fax or email quotes to MICC Center-Fort Knox (502) 624-7165 (email listed below). Paper copies of this combined synopsis/solicitation will not be issued and telephone requests or FAX requests for this combined synopsis/solicitation will not be accepted. Any questions must be submitted in writing, by fax or e-mail, to Jonea Brown. Place of Delivery: Ft Knox, KY additional details given upon contract award. Point of Contact(s): Jonea Brown, Contracting Specialist, Phone: 502-624-3400 Email: jonea.m.brown@us.army.mil. Contracting Office Address: MICC Center FT Knox BLDG 1109B STE 250 199 6TH AVE FORT KNOX KY 40121-5720
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK21/W90XBP92610801/listing.html)
 
Place of Performance
Address: ACA, Fort Knox MICC CENTER - FORT KNOX, Building 1109B Fort Knox KY
Zip Code: 40121-5720
 
Record
SN01963555-W 20090923/090922000039-ab4a88d3f3a6c61324be646d1a1110b4 (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.