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
MODIFICATION

56 -- Concrete and Related Material - Amendment 4

Notice Date
4/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
327320 — Ready-Mix Concrete Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-10-T-0001
 
Archive Date
4/22/2010
 
Point of Contact
Anthony Vaughn, Phone: 907-552-7574, Brenda J. Leckrone, Phone: 907-552-5337
 
E-Mail Address
anthony.vaughn@elmendorf.af.mil, brenda.leckrone@elmendorf.af.mil
(anthony.vaughn@elmendorf.af.mil, brenda.leckrone@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
REVISED EXHIBIT A; PERIOD OF PERFORMANCE WAS ADDED. COMBINED SYNOPSIS/SOLICIATION FOR CONCRETE 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 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. 2) Solicitation FA5000-10-T-0001 is issued as a Request for Quote (RFQ). 3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39 effective 19 Mar 2010 and Class Deviation 2009-O0009. The DFARS provisions and clauses are those in effect to DCN 20100324. 4) This is a 100% small business set-aside. The NAICS code is 327320, size standard: 500 employees. 5) Line Items: See schedule at Exhibit A. 6) The government intends to award a firm-fixed price requirements contract. The total quantities listed in Exhibit A are estimated. 7) Period of performance is date of contract award through one (1) year from date of contract award. Delivery FOB Elmendorf AFB, Alaska, or government pickup at vendor's location. 8) The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. Addenda to provision 52.212-1: Paragraph (b)(10) does not apply. Paragraph (c), offeror agrees to hold prices valid for a period of sixty (60) days. 9) The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. Addenda: Paragraph (a) is changed to read, "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 based on lowest price technically acceptable product for all items in the schedule." Paragraph (b) does not apply. 10) Each offeror shall include a completed copy of the provision at 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items, and the provision 252.212-7000, Offeror Representations and Certifications--Commercial Items, or update these on-line representations and certifications at http://orca.bpn.gov. 11) The clause at 52.212-4,, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 12) The following clauses apply to this acquisition: 52.203-3, Gratuities 52.203-6, Restrictions on Subcontractor Sales to the Government 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-8 (Dev), Utilization of Small Business Concerns (Deviation) 52.219-14, Limitations on Subcontracting 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 52.225-13, Restriction on certain foreign purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contracting Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.225-7001, Buy American Act and Balance of Payments Program 252.225-7012, Preference for Certain Domestic Commodities 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.243-7002, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea The following clauses also apply (see addenda at attachment 1): 52.216-18, Ordering 52.216-19, Order Limitations 52.216-21, Requirements The following local clause applies (see addenda at attachment 1): G-201, Submit Invoices Electronically 13) N/A 14) N/A 15) Quotes are due no later than 7 April 2010, 4:00 P.M. Alaska Daylight Savings Time. Send Quotations to: 3rd Contracting Squadron/LGCA Attn: Mr. Anthony Vaughn 10480 22nd Street Elmendorf AFB AK 99506-2501 Quotations may be submitted via fax at (907) 552-7497 or emailed to Anthony.Vaughn@elmendorf.af.mil or Brenda.Leckrone@elmendorf.af.mil. Quotes must be signed, dated, and submitted on company letterhead. Quotes shall include a completed schedule at Exhibit A with unit and extended prices for each item in the schedule. 16) For information regarding this solicitation, contact Mr. Anthony Vaughn (907) 552-7574 or Ms. Brenda Leckrone at (907) 552-5337. Exhibit A: Specifications, Estimated Quantities, and Prices See attachment: Exhibit A (Uploaded PDF File) Additional Specifications 1) Concrete delivery to meet the following specifications: a) 5 SA 3500 PSI Type I & III b) 5 ½ SA 4000 PSI Type I & III c) 6 SA 425 PSI Type I & III 2) No additional charge for standby time 3) Winter heat charge per yard (if requested) 4) Add fiber (as requested) 5) 4 CD minimum order 6) Delivery within 24 hours of order   Attachment 1 Addenda to clauses 52.216-18, 52.216-19, and 52.216-21. 52.216-18 - Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from contract award through one (1) year from date of contract award. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the schedule. 52.216-19 -- Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 4 Cubic Yards, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 250 Cubic Yards; (2) Any order for a combination of items in excess of 250 Cubic Yards; or (3) A series of orders from the same ordering office within 45 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within one (1) day after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-21 -- Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 14 days after contract completion date. G-201 SUBMIT INVOICES ELECTRONICALLY Wide Area Work Flow Clause This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet at https://wawf.eb.mil/. Before using WAWF, ensure your company's Electronic Business POCs listed in your Central Contractor Registration (CCR) are the same individuals that will invoice through WAWF. If they aren't, changes can be made to your company's CCR profile at www.ccr.gov. Click on "Update" or "Renew" using "TPIN". CCR customer support can be reached at 1-888-227-2423. If your company's electronic business POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@ogden.disa.mil and ask to establish a group for your company's CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, your company will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at (800)-756-4571. Please have the order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of the order. Payment information can be easily accessed using the DFAS web site at http://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment. Go to DFAS on the web at: www/dfas.mil/money/vendor. The contractor shall create one of the following: "Receiving report combo" for supplies or combination of supplies & services THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF ISSUE BY DODAAC: FA5000 ADMIN DODAAC: FA5000 INSPECT BY DODAAC: F1W3F2 SERVICE ACCECPTOR: F1W3F2 "SHIP TO" DODAAC: F1W3F2 PAY OFFICE DODAAC: F67100 Please send additional emails to all listed: EMAIL POINT OF CONTACT LISTING: 3CONS.WAWF@elmendorf.af.mil SERVICE ACCEPTOR/INSPECTOR: cletus.redding@ELMENDORF.AF.MIL CONTRACT ADMINISTRATOR: anthony.vaughn@ELMENDORF.AF.MIL Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-04-05 16:05:18">Apr 05, 2010 4:05 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-04-07 16:36:56">Apr 07, 2010 4:36 pm Track Changes EXTENDED PROPOSAL DUE DATE The date due for proposal is changed from 5 April 2010 at 12:00pm Alaska Time to 7 April 2010 at 4:00pm Alaska Time. REVISED PERIOD OF PERFORMANCE The Period of Performance is changed from date of contract award through 30 September 2010 to date of contract award through one (1) year from date of contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-10-T-0001/listing.html)
 
Place of Performance
Address: 3rd Civil Engineering Squadron (3 CES), 9361 Johnson Avenue, Elmendorf AFB, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02114963-W 20100409/100407234927-e5320c4f123fdc946b6350080ef2de8e (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.