Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

Y -- Maud Farm Road Patching Project

Notice Date
4/7/2010
 
Notice Type
Presolicitation
 
Contracting Office
BIA-Eastern Oklahoma Regional Contracting Office P.O. Box 8002 Muskogee OK 74402
 
ZIP Code
74402
 
Solicitation Number
RMG00100009
 
Response Due
4/23/2010
 
Archive Date
4/7/2011
 
Point of Contact
Richard D. Scroggins Contracting Officer 9187814612 richard,scroggins@bia.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
N/A
 
Description
Announcement For Prosecutorial Services for the Bureau of Indian Affairs (BIA)The following information pertains to the requirement for the BIA-Eastern Oklahoma Regional Office Division of Transportation: (1) Date: 4/07/2010(2) Year: 2010(3) Contracting Office Zip Code: 74402-8002(4) Classification Code:R(5) Contracting Office Address:BIA- Eastern Oklahoma Regional Office Attention: AcquisitionP.O. Box 8002Muskogee, OK 74402-8002 (6) Subject: Maud Farm Road Patching Project (7) Proposed Solicitation Number. RMG 0010 0009(8) Closing Response Date: 1600 hours local, 4/23/2010.(9) Contact Point or Contracting Officer: BIA- Eastern Oklahoma Regional Office Attention: AcquisitionP.O. Box 8002Muskogee, OK 74402-8002(10) Contract Award and Solicitation Number. RMG 0010 0009(11) Contract Line Item Number(s): One (1)0001-Basic Contract: May 1, 2010 through May 28, 2010 (12) Contract Award Date: 4/27/2010(13) Proposed Contractor: N/A (14) Description: The Maud Farm Road Patching Project consists of Asphalt Surface Patching of an existing paved road with asphaltic concrete at two locations approximately 150 feet in length each. The project begins approximately one half mile east of SH- 9A South of the Town of Maud at 0.5 mile east of the northwest corner of Section 2, T7N, R5E; and proceeds east approximately 3/4 miles to a point near the northwest corner of Section 1, T7N, R3E in Seminole County. - Quantity: 1- Unit of issue: EA- Delivery schedule:May 28, 2010 SCOPE:The work covered by these specifications consists of furnishing all materials, labor, equipment, services, and incidentals necessary to perform all operations in connection with the Project, including but not limited to asphaltic concrete pavement, applying traffic striping and safety signing. All work shall be in strict accordance with the Oklahoma Department of Transportation Standard Specifications for Highway drawings and specifications. SPECIFICATIONS:The Project generally incorporates by reference the Oklahoma Department of Transportation (ODOT) 1999 Standard Specifications for Highway Construction, as well as all subsequent supplemental specifications issued by ODOT. However, the Division I General & Project Provisions (i.e., ??101 through 109 and ??151 through 155) supersede and/or control where conflicting provisions arise. (15) Place of Contract Performance: The project begins approximately one half mile east of SH- 9A South of the Town of Maud at 0.5 mile east of the northwest corner of Section 2, T7N, R5E; and proceeds east approximately 3/4 miles to a point near the northwest corner of Section 1, T7N, R3E in Seminole County, OK.(16) Set-aside Status: None.(17) Duration of the contract period: May 1, 2010 through May 28, 2010. (18) Procedures to be used in awarding the contract: Request for proposal. (19) Source Selection Procedures: Best Value Continuum using three (3) factors. (20) Anticipated Award Date: April 27, 2010 (21) Proposal shall be mailed to arrive at the below location on/or before 1600 hours local, April 23, 2010:BIA- Eastern Oklahoma Regional Office Attention: AcquisitionP.O. Box 8002Muskogee, OK 74402-8002 (22) Contact Richard D. Scroggins at telephone number (918) 781-4612 or e-mail richard.scroggins@bia.gov for information regarding this solicitation: (23) The clause at DAIR FAR 1450-0016-002, EO 13513 - Federal Leadership on Reducing Text Messaging While Driving, applies to this acquisition. (24) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (25) The provision at FAR 52.212-2, Evaluation -- Commercial Items is applicability.a. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: i. Proposed Priceii. Past Performance iii. Technical Capability b. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.Note: Technical and past performance when combined with all evaluation factors other than cost or price, are less important than cost or price.(26) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.(27) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (28) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses listed under FAR clause 52.212-5 are applicable:a. FAR 52.222-50, Combating Trafficking in Persons. b. FAR 52.233-3, Protest After Award.c. FAR 52.233-4, Applicable Law for Breach of Contract Claim.d. FAR 52.219-25, Small Disadvantaged Business participation Program-Disadvantaged Status and Reporting. (DEVIATION)e. FAR 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting.f. FAR 52.222-03, Convict Laborg. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies.h. FAR 52.222-21, Prohibition of Segregated Facilitiesi. FAR 52.222-26, Equal Opportunityj. FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. k. FAR 52.232-36, Payment by Third Party.(29) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 76.(30) The additional FAR clauses apply to this acquisition. a. FAR 52.204-7, Central Contractor Registration.b. FAR 52.211-10, Commencement, Prosecution, and Completion of Work.The Contractor shall be required to:(a) Commence work under this contract within two (2) days calendar days after the date the Contractor receives the notice to proceed,(b) Prosecute the work diligently, and(c) Complete the entire work ready for use not later than 28 May 2010. The time stated for completion shall include final cleanup of the premises.c. FAR 52.211-10, Commencement, Prosecution, and Completion of Work.d. FAR 52.211-12, Liquidated Damages - Construction.(a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $500.00 for each calendar day of delay until the work is completed or accepted.(b) If the Government terminates the Contractor's right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause.e. FAR 52.214-27, Price Reduction for Defective Cost or Pricing Data -- Modifications -- Sealed Bidding.f. FAR 52.214-18, Preparation of Bids - Construction.g. FAR 52.215-11, Price Reduction for Defective Cost or Pricing Data - Modifications.h. FAR 52.217-08, Option to Extend Servicesi. FAR 52.219-14, Limitations on Subcontracting.j. FAR 52.222-6, Davis-Bacon Act.k. 52.222-7, Withholding of Funds.l. FAR 52.222-8, Payrolls and Basic Records.m. FAR 52.222-9, Apprentices and Trainees.n. FAR 52.222-10, Compliance with Copeland Act Requirements.o. FAR 52.222-11, Subcontracts (Labor Standards).p. FAR 52.222-12, Contract Termination - Debarment.q. FAR 52.222-13, Compliance with Davis-Bacon and Related Act Regulations.r. FAR 52.222-14, Disputes Concerning Labor Standards.s. FAR 52.222-15, Certification of Eligibility.t. FAR 52.228-1, Bid Guarantee.(a) Failure to furnish a bid guarantee in the proper form and amount, by the time set for opening of bids, may be cause for rejection of the bid.(b) The bidder shall furnish a bid guarantee in the form of a firm commitment, e.g., bid bond supported by good and sufficient surety or sureties acceptable to the Government, postal money order, certified check, cashier's check, irrevocable letter of credit, or, under Treasury Department regulations, certain bonds or notes of the United States. The Contracting Officer will return bid guarantees, other than bid bonds --(1) To unsuccessful bidders as soon as practicable after the opening of bids; and(2) To the successful bidder upon execution of contractual documents and bonds (including any necessary coinsurance or reinsurance agreements), as required by the bid as accepted.(c) The amount of the bid guarantee shall be 20 percent of the bid price or $10,000 whichever is less.(d) If the successful bidder, upon acceptance of its bid by the Government within the period specified for acceptance, fails to execute all contractual documents or furnish executed bond(s) within 10 days after receipt of the forms by the bidder, the Contracting Officer may terminate the contract for default.(e) In the event the contract is terminated for default, the bidder is liable for any cost of acquiring the work that exceeds the amount of its bid, and the bid guarantee is available to offset the difference.u. FAR 52.228-11, Pledges of Assets.v. FAR 52.232-5, Payments Under Fixed-Price Construction Contracts.w. FAR 52.232-27, Prompt Payment for Construction Contracts.x. FAR 52.233-1, Disputes.y. FAR 52.236-1, Performance of Work by the Contractor.The Contractor shall perform on the site, and with its own organization, work equivalent to at least 50 percent of the total amount of work to be performed under the contract. This percentage may be reduced by a supplemental agreement to this contract if, during performing the work, the Contractor requests a reduction and the Contracting Officer determines that the reduction would be to the advantage of the Government.z. FAR 52.236-2, Differing Site Conditions.aa. FAR 52.236-5, Material and Workmanship.ab. FAR 52.236-7, Permits and Responsibilities.ac. FAR 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements.ad. FAR 52.236-10, Operations and Storage Areas.ae. FAR 52.236-11, Use and Possession Prior to Completion.af. FAR 52.236-13, Accident Prevention.ag. FAR 52.236-15, Schedules for Construction Contracts.ah. FAR 52.236-21, Specifications and Drawings for Construction.ai. FAR 52.243-4, Changes.aj. FAR 52.246-12, Inspection of Construction.ak. FAR 52.248-3, Value Engineering - Construction.al. FAR 52.249-10, Default (Fixed-Price Construction). (31) The following Department of Interior Acquisition Regulation System (DIAR) clauses, applies to this acquisition. a. DIAR1450-0016-01, Homeland Security Presidential 12 (HSPD-12)b. DIAR1450-0016-01, E.O. 13513-Federal Leadership on Reducing Text MessagingNote: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RMG00100009/listing.html)
 
Place of Performance
Address: The project begins approximately one half mile east of SH- 9A South of the Town of Maud at 0.5 mile east of the northwest corner of Section 2, T7N, R5E; and proceeds east approximately 3/4 miles to a point near the northwest corner of Section 1, T7N
Zip Code: 744028002
 
Record
SN02114873-W 20100409/100407234830-14a3ea43882e9629d0c9e48dec131513 (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.