Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
MODIFICATION

56 -- Purchase Concrete

Notice Date
2/24/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
MWR - MWRO - NEKOTA MABO - Mt Rushmore NM 24290 Doane Mt. Rd. Keystone SD 57751
 
ZIP Code
57751
 
Solicitation Number
Q1560103015
 
Response Due
3/4/2010
 
Archive Date
2/24/2011
 
Point of Contact
Brian Peck Purchasing Agent 6055743132 Brian_L_Peck@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS AMENDMENT IS TO EXTEND THE CLOSE DATE TO MARCH 4, 2010. 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is Q1560103015 and is issued as a Request for Quotation. This acquisition is set aside for small business concerns. The NAICS code is 444110; the associated small business size standard is $7 million. This solicitation will result in an award of a Blanket Purchase Agreement (BPA). DESCRIPTION: Concrete, dry, 60 lbs bag. Each bag yields approximately 0.45 cubic feet of concrete when mixed. Product specifications must meet ASTM C387 standard. Product must meet or exceed compressive strength of 2,500 PSI at 7 days cure time and 4,000 PSI at 28 days cure time. ORDERS / QUANTITY: The government guarantees orders of at least 1,000 bags under the resulting BPA. The maximum quantity is 4,000 bags. Individual orders will be placed against the BPA as needed. The minimum quantity for each order is 90 bags. The maximum quantity for each order is 270 bags. Orders may only be placed by individuals designated in writing by the Contracting Officer. Orders shall be placed by telephone, fax, or email as mutually agreed upon. DURATION: Prices quoted shall be valid from date of award through September 30, 2010. PACKAGING: Product must be packaged and secured for shipment on standard pallets. Single pallet weight shall not exceed 3,600 pounds. DELIVERY: The contractor shall make the product available for pick up within 2 business days of receiving the order. The government will pick up the product at the contractor's warehouse/dock. Customary loading practices shall be observed. The pick up location must be within 75 miles of Wind Cave National Park. Shipment Option: The vendor may choose to ship the product directly to Wind Cave National Park. If this option is used, the shipment must be FOB Destination and be delivered within 2 business days of receipt of the order. All other terms and conditions in this solicitation apply. INVOICE & PAYMENT: An invoice will be presented at the time of pick up. The government will make payment immediately after acceptance using the Government Purchase Card (GPC). PROVISIONS AND CLAUSES: The following provisions and clauses are incorporated by reference. Full text versions can be found at http://www.arnet.gov/far: FAR 52.212-1 Instructions to Offerors - Commercial ItemsFAR 52.212-4 Contract Terms and Conditions - Commercial Items Offerors must include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications - Commercial Items. The clause at 52.212-05 Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following clauses cited within 52.212-05 also apply: 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). SUBMITTING QUOTES: Questions regarding this solicitation must be submitted in writing to the point of contact below. Quotations must be received no later than March 4, 2010, 2:00 PM Mountain Time. Quotes will be accepted via email or fax. Submit quotes to: Brian Peck MWR NEKOTA MABO24290 Doane Mountain RdKeystone, SD 57751Email: BRIAN_L_PECK@NPS.GOVFAX: 605-574-9077 The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1560103015/listing.html)
 
Place of Performance
Address: Wind Cave National Park, 26611 US Highway 385, Hot Springs, SD 57747
Zip Code: 577479430
 
Record
SN02073301-W 20100226/100224234638-2c04ffc00a587a12561b8a9165721fc1 (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.