Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2010 FBO #2960
SOLICITATION NOTICE

56 -- ARRA - FT ORD LEVEL III ROAD - BASEROCK

Notice Date
12/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423320 — Brick, Stone, and Related Construction Material Merchant Wholesalers
 
Contracting Office
BLM CA-STATE OFC BUS SVC BR (CA944)2800 COTTAGE WAY, SUITE W-1834SACRAMENTOCA95825US
 
ZIP Code
00000
 
Solicitation Number
L10PS01819
 
Response Due
1/11/2010
 
Archive Date
2/10/2010
 
Point of Contact
Rosalind Davis 916-978-4523
 
E-Mail Address
Lang, Julia B
(julang@blm.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY {AARA}---This is a COMBINED SYNOPSIS SOLICITATION under the American Recovery and Reinvestment Act of 2009 for commercial items prepared in accordance with the format in Federal Acquisition Regulation {FAR} Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a Request for Quotation {RFQ} and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-38. The NAICS Code applied to this solicitation is 423320 with a SIZE STANDARD of 100 Employees. DESCRIPTION OF WORK - This will be a FIRM-FIXED PRICE contract for the SUPPLY and DELIVERY OF three quarter inch Class 2 AGGREGATE BASEROCK for the Bureau of Land Management, Hollister Field Office, Hollister, CA 95023. This contract requires the SUPPLY and DELIVERY of an estimated 20,000 tons of 3-4 inch angular crushed aggregate baserock. TECHNICAL SPECIFICATIONS- three quarter inch Class 2 Aggregate Baserock, delivered. The materials will be compatible with the Caltrans Class 2 Aggregate Baserock Specification {Note -100 percent recycled concrete and asphalt is acceptable and preferred. The asphalt content shall not exceed 25 percent of any individual unit-ton.} Delivery Method -This purchase will include acquisition and delivery of angular crushed aggregate baserock. The materials will be delivered to the former Ft Ord ARMY Base at the intersection of Eucalyptus Rd and Crescent Bluff Rd in Monterey County, California. Actual required quantities will be ordered on a weekly basis by the end of the preceding week. Deliveries will be made Monday through Friday between 0700 and 1630 hours. Extreme caution must be exercised while driving on the former military base. No truck shall exceed 35 mph or the posted speed limit, whichever is less. ARRA GUIDANCE - The Awardee will be subject to Section 1512{c} of the Recovery Act which requires each contractor to report on its use of Recovery Act funds under the awarded contract. These reports will be made available to the public. ARRA REPORTING REQUIREMENTS In accordance with FAR 52.204-11 and FAR 4.15 contractors receiving awards, or modifications to existing awards, funded in whole or in part by American Recovery and Reinvestment Act {ARRA} funds must report on the use of those specific ARRA funds quarterly, on www.Federalreporting.gov A COPY OF THE REPORT SUBMITTED BY THE CONTRACTOR TO THE WEBSITE SHALL BE SUBMITTED TO THE CONTRACTING OFFICER IMMEDIATELY AFTER SUBMISSION. Failure of contractors to report the information in accordance with the following Reporting Schedule, who have received awards or modifications to awards utilizing ARRA funds, will be subject to actions equal to the remedies as described at FAR 32.503-6, Suspension or Reduction of Payments. Additionally, in accordance with FAR 42.1501{d}, contractors who fail to report required ARRA information will be subject to having their Past Performance Profile annotated with a failure to comply with the terms and conditions of the contract, which may adversely affect the receipt of future awards. Per FAR 52.204-11{c}, invoices funded by ARRA funds during a given quarter shall be reported no later than the 10th day after the end of each calendar quarter. ARRA Reporting Requirements per FAR is contained within this solicitation as follows. ARRA REPORTING SCHEDULE - Invoices funded by ARRA funds during Quarter 1 {October 1 through December 31}- Report no later than January 10. Invoices funded by ARRA funds during Quarter 2 {January 1 through March 31}- Report no later than April 10. Invoices funded by ARRA funds during Quarter 3 {April 1 through June 30}- Report no later than July 10. Invoices funded by ARRA funds during Quarter 4 {July 1 through September 30}- Report no later than October 10. SUBMITTAL OF QUOTES - Quotations shall include the unit price and total price per line item, including delivery costs. Quotes may be submitted electronically to Rosalind Davis by email or by fax to 916-978-4444. PERFORMANCE, ACCEPTANCE and PAYMENT- Performance {1} Performance period is approximately 01-11-10 through 03-30-10. {2} Supplier to provide submittal for materials Certificate of Compliance to the Contractor Officers Representative {COR} a minimum of 48 hours prior to the first delivery {Note acceptance of the submittal does not relieve the supplier of the responsibility to provide continuous quality assurance checks.} {3} Buyer asserts right to inspect and test materials at suppliers source at any time. Acceptance {1} Final inspection and acceptance of supplies will be made by the Government at the place of delivery. Payment {1} Payment will be measured based on weight tickets provided by the contractor. {2} Weight tickets shall be produced by certified scales provided by the contractor. {3} Each delivered load must be signed for by governments representative, truck daily tally and copies of individual load weight tags must be turned in to governments representative at the end of each shift. {4} Weight tickets shall record aggregate materials being weighed by the ton. {5} The Government will pay the Contractor upon receipt of a proper invoice with supporting tickets on quantities {tons} accepted by the Government. FAR CLAUSES AND OTHER PROVISIONS-52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Referencethe following FAR clauses and provisions apply to this contract and may be retrieved from http---www.arnet.gov-far- 52.212-1, Instructions to OfferorsCommercial Items, 52.212-3, Offeror Representations and CertificationsCommercial Items, if not registered in Online Representations and Certifications Application {ORCA}, orca.bpn.gov, quoters are to include a completed copy of the provision at 52.212-3, Offeror Representations and CertificationsCommercial Items, with their quote}, 52.212-4, Contract Terms and ConditionsCommercial Items, 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, Alternate II. The following additional FAR clauses cited in 52.212-5 are applicable to this acquisition- 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I, 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009, 52.204-7, Central Contractor Registration System, 52.204-11 American Recovery and Reinvestment Act - Reporting Requirements, 52.211-17, Delivery of Excess Quantities, 52.2l9-8 Utilization of Small Business Concerns, 52.222.20 Walsh Healy Public Contracts Act, 52.219-28 Post Award Small Business Program Rerepresentation, 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, 52.222-50, Combating Trafficking in Persons, 52.225-3, Buy American ActFree Trade AgreementsIsraeli Trade Act, 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-30 Installment Payments for Commercial Items, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim. Quoters must be registered in the Central Contractors Registration System {CCR} available at www.ccr.gov. EVALUATION FOR AWARD Award will be to the responsible firm whose offer is the most advantageous to the Government, price and other factors considered. Other factors for this solicitation include- {1} the quoters plan to hire new employees or utilize existing employees from communities local to the geographic area where the work will be performed, within 100 miles of the Hollister Field Office, Hollister, CA 95023. {2} past performance. All factors when combined are significantly more important than price. QUOTERS STAFFING PLAN AND PAST PERFORMANCE STATEMENT- To assist the Government in determining the quoters ability to hire local workers and to successfully complete the contract, the quoter shall submit a Staffing Plan and Past Performance Statement with its offer. Past Performance statements shall include a list of not more than five references on comparable contracts completed within the last three years. Reference information must include {a} the name and identification number of the contract, {b} the agency or entity issuing contract, {c} the name and phone number of contact, and {d} the dates of the contract period. Past performance evaluation may also be based on the Governments knowledge of and previous experience with the quoter.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/CA/L10PS01819/listing.html)
 
Place of Performance
Address: Former Ft Ord Army BaseEucalyptus RoadSeasideCA93933US
Zip Code: 93933
 
Record
SN02033271-W 20100101/091230235452-0f9666cf9aa06f45751e4ded36072588 (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.