Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2010 FBO #3060
SOLICITATION NOTICE

56 -- Aggregate, 21/2 inches Crusher RunAggregate, 8 inches SurgeAggregate, 12 inches RIPRAP

Notice Date
4/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212312 — Crushed and Broken Limestone Mining and Quarrying
 
Contracting Office
Fort Sill DOC, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L-10-T-0064
 
Response Due
4/27/2010
 
Archive Date
6/26/2010
 
Point of Contact
Gabriela Seculini, 580-442-2845
 
E-Mail Address
Fort Sill DOC
(gabriela.seculini@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. PART: U.S. Government Procurements SUBPART: Supplies, Equipment and Material CLASS CODE: 5680 OFFICE ADDRESS: Mission and Installation Contracting Command Directorate of Contracting 2418 NW Macomb Road Fort Sill, Ok 73503-9011 Combination Synopsis Solicitation SOL #: W9124L-10-T-0064 Response Date: 4.00 PM Central Standart Time Tuesday, April 27th 2010 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. This Solicitation W9124L-10-T-0064 is a Request for Quote (RFQ) for Aggregate 21/2 inches Crushee Run, Aggregate 8 inches surge and Aggregate 12 inches RIPRAP, in accordance with the Governments requirement below. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38, effective 10 December 2009. The North American Industrial Classification System (NAICS) number is 212312 and the business size standard is 500 employees. This proposed action is reserved for 100% Small Busisness.All prospective offerors must be actively registered in Central Contractor Registration (CCR). Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html Payment will be made by government purchase card (visa). The government will not and cannot make payment through PayPal. The following shall be delivered to Directorate of Plans, Training and Mobil, ATTN: George Ponder, Range Division, BLDG 2583 Currie Road, Fort Sill, Oklahoma 73503-5100. Please provide quote in spaces provided below: Description: CLIN 0001- Quantity: 14,132 Aggregate, 21/2 inches Crusher Run, Unit of issue: Net Ton (2,000 LB) unit price $____________ x $_____________Each = extended price $___________. NOTE: The required material shall be delivered to Fort Sill ranges to include East, West, and Quanah Ranges. One-way delivery distance can range from 1 to 40 miles from Apache Gate. Aggregate material shall be uniform in size. Delivery will be on an as-needed basis and made within 24 hours of request. Some materials will be in orders as little as 10 tons/day up to 900 tons/day, and shall be delivered in rough or wet terrain. Some orders may require end dump and some orders may require belly dump trailers. Due to occasional rough and uneven terrain, end dump trailer length shall not exceed 24 feet. Deliveries shall be made between 7:30 am and 4:00 pm (Monday ? Friday). All delivery trucks shall enter Fort Sill through Apache Gate off of State Highway 49. Upon entering Fort Sill, drivers shall contact the ITAM office for an escort or directions to the delivery site. ITAM phone number will be provided at the time of award. At delivery, drivers must present statement for materials delivered to include Destination, Date of Delivery, Ticket Number, Total Tons Ordered, Total Tons Shipped, Tons Delivered, and Type of Material. All requests will originate through ITAM. Period of Performance is contract award date. CLIN 0002 - Quantity: 685 Aggregate, 8 inches Surge, Unit of issue: Net Ton (2,000 LB) unit price $____________ x $_____________Each = extended price $___________. NOTE: The required material shall be delivered to Fort Sill ranges to include East, West, and Quanah Ranges. One-way delivery distance can range from 1 to 40 miles from Apache Gate. Aggregate material shall be uniform in size. Delivery will be on an as-needed basis and made within 24 hours of request. Some materials will be in orders as little as 10 tons/day up to 900 tons/day, and shall be delivered in rough or wet terrain. Some orders may require end dump and some orders may require belly dump trailers. Due to occasional rough and uneven terrain, end dump trailer length shall not exceed 24 feet. Deliveries shall be made between 7:30 am and 4:00 pm (Monday ? Friday). All delivery trucks shall enter Fort Sill through Apache Gate off of State Highway 49. Upon entering Fort Sill, drivers shall contact the ITAM office for an escort or directions to the delivery site. ITAM phone number will be provided at the time of award. At delivery, drivers must present statement for materials delivered to include Destination, Date of Delivery, Ticket Number, Total Tons Ordered, Total Tons Shipped, Tons Delivered, and Type of Material. All requests will originate through ITAM. Period of Performance is contract award date. CLIN 0003 Quantity: 1,214 Aggregate, 12inches RIPRAP, Unit of issue: Net Ton (2,000 LB) $____________ x $_____________Each = extended price $___________. NOTE: The required material shall be delivered to Fort Sill ranges to include East, West, and Quanah Ranges. One-way delivery distance can range from 1 to 40 miles from Apache Gate. Aggregate material shall be uniform in size. Delivery will be on an as-needed basis and made within 24 hours of request. Some materials will be in orders as little as 10 tons/day up to 900 tons/day, and shall be delivered in rough or wet terrain. Some orders may require end dump and some orders may require belly dump trailers. Due to occasional rough and uneven terrain, end dump trailer length shall not exceed 24 feet. Deliveries shall be made between 7:30 am and 4:00 pm (Monday ? Friday). All delivery trucks shall enter Fort Sill through Apache Gate off of State Highway 49. Upon entering Fort Sill, drivers shall contact the ITAM office for an escort or directions to the delivery site. ITAM phone number will be provided at the time of award. At delivery, drivers must present statement for materials delivered to include Destination, Date of Delivery, Ticket Number, Total Tons Ordered, Total Tons Shipped, Tons Delivered, and Type of Material. All requests will originate through ITAM. Period of Performance is contract award date. Quote should reflect FOB: Destination All Proposals shall be clearly marked with RFQ number W9124L-10-T-0064 and emailed to the POCs listed below or faxed to 580-442-8014, no later than 4.00 PM Central Standart Time Tuesday, April 27th 2010 Bidder/offeror shall submit bid/offer on all bid items. Failure to do so will be cause for rejection of the bid/offer. Contact Gabriela Seculini, Phone: 580-442-4712, E-mail: gabriela.seculini@us.army.mil or Karen Warner, Phone: 580-442-3904, Fax: 580-442-8014, E-mail: karen.l.warner@us.army.mil if you have any questions/concerns. The following clauses are applicable to this acquisition and incorporated by reference: For further information please go to the associated websites: http://acquisition.gov/comp/far/index.html and http://farsite.hill.af.mil http://farsite.hill.af.mil/ FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper, FAR 52.204-7 Central Contractors Registration, FAR 52.212-4Contract Terms and ConditionsCommercial Items,52.228-5 Insurance- Work on Government Installation,FAR 52.247-34 F.O.B. Destination, DFARS 252.203-7002 Requirement to Inform Employees of Wistleblower Rights, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Required Central Contractors Registration, DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Gov of a Terrorist Country, DFARS 252.211-7003 ALT 1 Item Identification and Valuation, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments. The following clauses are applicable to this acquisition and incorporated by full text: FAR52.211-16 Variation in quantity (April 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) below. (b) The permissible variation shall be limited to: 10 Percent increase 10 Percent decrease This increase or decrease shall apply to each quantity specified in the delivery schedule.. (End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-36,52.252-2 Clauses incorporated by reference. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following DFAR clauses within the aforementioned clause are being selected as applicable: 252.203-7000, 252.225-7001, 252.225-7012, 252.232-7003, 252.243-7002. The following provisions are incorporated by reference: FAR 52.212-1 Instructions to OfferorsCommercial Items, FAR 52.214-31, Bidders may submit facsimile bids as responses to this solicitation, DFARS 252.209-7001 Disclosure of Ownership or Control by the Goverment of a Terrorist Country, DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items. The following provisions are incorporated by full text: 52.212-3 Offeror Representations and CertificationsCommercial Items, 52.252-1 Solicitation Provisions Incorporated by Reference. Offerors are to include a completed copy of provision FAR 52.212-3, Offer or Representations and Certifications- Commercial Items, or pursuant to FAR 4.1201(a)- Prospective contractors shall complete electronic annual representations and certifications (ORCA) at https://orca.bpn.gov/ in conjuction with required registration in the Central Contractor Registration (CCR) database. AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program. the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. EXEMPTION FROM THE CLAUSE ENTITLED ELECTRONIC SUBMISSION OF PAYMENT REQUESTS The Contractor is exempt from submitting payment requests and receiving reports in electronic form based on criteria found in DFARS 232.7002 (a). The exception for this contract is PAYMENT BY GOVERNMENT PURCHASE CARD. PAYMENTS In accordance with FAR Clause 52.232-36 Payment By Third Party, incorporated into this contract by reference at paragraph (b) of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, the following information is furnished: The Government will process payments for supplies provided under this contract through the Government Purchase Card System. Contractors are encouraged to assign an identification number to each invoice. The Government will confirm items invoiced by the contractor and authorize payment through the Government purchase card system. The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours of payment authorization. (See block 9 of the SF 1449 or block 6 of the DD 1155 for the mailing address.) Payment by the Government Purchase Card usually occurs within 72 hours of card transaction. Card transaction (payment) will occur at the time of acceptance of supplies by the Government. Payment may be suspended due to non-conforming supplies. The contractor shall maintain the capability to accept the government purchase card during the life of the contract. The third party is: US Bank GPC Payment Services PO Box 6313 Fargo, ND 58125-6313 The purchase card to be used is: GSA Smart Pay Purchase Card (GPC) SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1.NAME AND ADDRESS. 2.CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3.DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4.SHIPPING AND PAYMENT TERMS. 5.COMPLETE MAILING ADDRESS. 6.TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that quotations/proposals/bids cannot be received at the office designated for receipt by the exact time specified in the IFB/RFQ/RFP, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of quotes/proposals/bids will be deemed to be extended to the same time of day specified in the IFB/RFP/RFQ on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. NOTICE OF AWARD 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 offers 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a86bfa3688b2283c3d98ed56afd23e64)
 
Place of Performance
Address: Fort Sill DOC Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN02118206-W 20100411/100409235210-a86bfa3688b2283c3d98ed56afd23e64 (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.