Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOLICITATION NOTICE

38 -- Asphalt-Hot Driveway Mix

Notice Date
4/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324121 — Asphalt Paving Mixture and Block Manufacturing
 
Contracting Office
RCO Fort Richardson (PARC Pacific, 413th CSB), Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
 
ZIP Code
99505-0525
 
Solicitation Number
W912CZ10T1003
 
Response Due
4/23/2010
 
Archive Date
6/22/2010
 
Point of Contact
Tammie Adair, 907-384-7104
 
E-Mail Address
RCO Fort Richardson (PARC Pacific, 413th CSB)
(tammie.adair@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. 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. As a combined synopsis solicitation proposals are being requested and no separate notice will be issued. (ii) This synopsis solicitation number is W912CZ10T1003. (iii) This synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2005-18 (July 5, 2007). (iv) The applicable NAICS is 324121. Size Standard: 500. (v) This synopsis solicitation contains (1) line items. Quotes are being sought from Total Small Business set aside. (vii) Delivery location: Government to pick up supply at vendor site within the 50 miles vicinity of Anchorage, Alaska. Directorate of Public Works, Fort Richardson Alaska 99505-6500. Acceptance will be Government: Government to coordinate with vendor the times/dates of government pickup of the asphalt as needed basis during the months beginning June 4, 2010 through September 30, 2010. *Note* Please include in the bid response, the physical address and location of government supply pick up with vendor available days and clock hour times for government pick up. (i.e. Monday through Saturday) (i.e 7:00am-4:00pm) CLIN0001: Asphalt (Type: City E, Driveway Mix), Qty 285 (net ton, 2000lb) -The Asphalt Driveway Mix must meet the State of Alaska Asphalt Driveway Mix specifications. Product: Asphalt Driveway Hot Mix, Type: City E or like-value equivalent. The government point of contact will coordinate with vendor for government pick up asphalt mix on an as needed basis during the months beginning June 4, 2010 through September 30, 2010. Governments minimum pick-up 5 ton dump trucks as needed. Due to the time sensitivity of the asphalt mix, a Government representative will coordinate pick-up times/days at vendor site within 50 miles vicinity of Anchorage, Alaska. (viii) The provision at FAR 52.212-1, Instructions to Offerors Commercial (JUN 2008), FAR 52.212-2, Evaluation-Commercial Items (JAN 1999), FAR 52.212-3 ALT 1, Offeror Representations and Certifications-Commercial Items Alternate I (FEB 2009) applies to this acquisition, FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005), DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items (ix) Offers will be evaluated using the best value selection method, the following are the evaluation factors to be used. Technically acceptable, dates and times of availability, location of supply, price, and past performance. All Offerors must include in the proposal, at a minimum, physical address and location of supply pick up with available days and clock hour times of supply availability. (i.e. Monday through Saturday) (i.e 7:00am-4:00pm) The contract will be awarded to the offeror that provides the best value to the government. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (MAR 2009) applies to this acquisition. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offeror must be currently registered in ORCA at website https://orca.bpn.gov/ (xii) The following clauses apply: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items; DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items, DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002); FAR 52.217-7 Option for Increased Quantity Separately Priced Line Item (MAR 1989) (within 90 days of contract award); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); FAR 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (15 USC 644); 52.219-28 Post Award Small Business Program Representation (APR 2009), DFARS 252.204-7004 -- Required Central Contractor Registration (Alt 1) (NOV 2003); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer; FAR 52.253-1 -- Computer Generated Forms (JAN 1991); DFAR 252-212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial items (APR 2007); FAR 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (MAR 1998); FAR 252.211-7003 Item Identification and Valuation (JAN 2004); FAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontractors (Dec 1991); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008); FAR 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003); FAR 52.232-36 Payment By Third Party (MAY 1999). DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009); DFARS 252.225-7012 Preference for Certain Domestic Commodities (DEC 2008); DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004f); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998); DFARS 252.232.7010, Levies on Contract Payments (DEC 2006); (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiv) NA. (xv) NA. (xvi) All offers are due no later than 4:00 PM, Alaska Time, 23 April 2010 via fax (907) 384-7112 or email tammie.adair@us.army.mil Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition. (xvii) The Government assumes no responsibility for any conclusions or interpretations made by the Contractor based on the information made available by the Government. Nor does the Government assume responsibility for any understanding reached or representation made concerning conditions which can affect the work by any of its officers or agents before the execution of this contract, unless that understanding or representation is expressly stated in this contract. (xviii) Data and information furnished or referred to above is for the Contractors information. For further information contact Tammie Adair via facsimile (907) 384-7112, or e-mail: tammie.adair@us.army.mil. Do not e-mail attachments without advance telephonic notification at (907) 384-7104, the e-mail and attachment will be discarded without being read.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/91979bd2a5be9d8d919cb1b065d2b537)
 
Place of Performance
Address: RCO Fort Richardson (PARC Pacific, 413th CSB) Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd Floor Fort Richardson AK
Zip Code: 99505-0525
 
Record
SN02118643-W 20100414/100412234213-91979bd2a5be9d8d919cb1b065d2b537 (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.