Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
SOLICITATION NOTICE

56 -- RECOVERY - American Recovery & Reinvestment Act.Polyflex III Material.

Notice Date
7/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
RA000910258
 
Response Due
7/12/2010
 
Archive Date
7/9/2011
 
Point of Contact
Lynelle Benallie Contract Specialist 5058638404 lynelle.benallie@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
Total Small Business
 
Description
RECOVERY - This procurement will be firm-fixed price and is funded in whole by the American Recovery and Reinvestment Act (ARRA) of 2009 and is subject to reporting requirements of the Act. TAS No. 14-2302. Project No. N3678002, N0078002. RECOVERY: THIS IS AN AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) PROCUREMENT: In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009, Pub. Law 111-5, The Bureau of Indian Affairs, Navajo Regional Office, Division of Transportation, Force Account Section, Farmington, NM, is soliciting quotes for Polyflex III pavement materials. *******************Special Recovery Reporting Requirements**********************The Contractor shall register and report all project information as listed in FAR PART 52.204-11, using the online reporting tool available at www.federalreporting.gov. Cumulative reporting to www.federalreporting.gov will begin with the October 10th reporting deadline. Contractors must check this online site often for updates and monitor finalization of the interim rule published in the Federal Register at 74 FR 14639. Failure on the part of the Contractor to provide, maintain, and report the required reporting and special reporting information as required by FAR 52.204-11 to BIA Contracting Officer within specified days following award AND/OR report information to www.federalreporting.gov shall constitute a material breach of the contract upon which BIA may immediately terminate a resultant contract for cause. A fixed price contract with estimated quantities will be awarded. Receipt of award is contingent on contractor meeting the requirements of ARRA reporting. Contractor must be registered with both the Central Contractor Registration (CCR) at ccr.gov and Federal Reporting at www.federalreporting.gov websites in order to receive any ARRA funded award from the Federal Government. The Bureau of Indian Affairs (BIA) is soliciting offers for Polyflex III material. 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; quotes are being requested and a written solicitation will not be issued. Solicitation No. RA000910258 herein cited is issued as a Request for Quote (RFQ) and will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 423320. The solicitation is set aside for Small Business. The Bureau of Indian Affairs is issuing this RFQ to procure Polyflex III Material per specifications listed below. Note: The item description/specifications shown on the RFQ have been taken from standard specifications in the road construction industry with commercial identification purposes only. The Polyflex III offered shall be the same as or equal to the item referenced on item 1 and 2 below.Item Description Quantity UnitUnitTotalMeasure PriceCost 1.Polyflex III 560,000 LB$_________$__________ (1) Asphalt pavement crack and joint sealing, shall conform to subsection 414 of standard specifications. FP-03 and table 712.01 (a)(1), joint sealants and crack fillers. Furnish a commercial certification identifying the batch and/or lot number, material, quantity of batch, date and time of manufacture, and the name and address of the manufacturer. Note: All material shall conform to the following: (2) Joint Sealant, hot poured for rigid pavement, ASHTO m 301. All material shall require certificate of compliance. Material data sheet shall be supplied. 2.Freight Charges 1JB$_______________ 3. Applicable Taxes 1 JB $________________ TOTAL COST $________________ Any Technical Questions regarding this announcement may be directed to Danny Peshlakai (505) 488-3461, Herman John (505) 728-7030 or Joe Peterman (505) 488-8609. Office Phone: 505/960-7371/7372. DELIVERY: FOB Destination shall be BIA, DOT, Force Account Section, Block 6, 8 miles south of Farmington, NM on Highway 371 and N3003 Junction, mm 100. INSPECTION: Materials will be inspected when delivered and proof of compliance must be presented to the Government's Project Supervisor before acceptance of materials. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, FAR 52.203-15 - Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009, FAR 52.204-11 - American Recovery and Reinvestment Act-Reporting Requirements. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L.108-77, 108-78). In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.225-1 Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332); and FAR 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332); 52.215-02, Audit and Record - Negotiation, American Recovery and Reinvestment Act of 2009; 52.222-3,. FAR and DIAR clauses are herein incorporated as follows: FAR 52.232-18, Availability of Funds (April 1984); FAR 1452.204-70, Release of Claims - Department of the Interior. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.acquisition.gov/far or may be requested from the Contracting Officer. Due to the urgency of the requirement, the response time for quotes due, is short. Suppliers / vendors qualified to deliver Poly Patch pavement material mix are encouraged to submit a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, DUNS Number, proof of contractor's registration in www.federalreporting.gov, www.ccr.gov, to the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Lynelle Benallie, P. O. Box 1060, Gallup, New Mexico 87305 by close of business (4:30 p.m. local time), July 12, 2010. Physical address: 301 W. Hill Ave., Room No. 346, Gallup, NM 87301. Quotes submitted by facsimile and email will be accepted. Any further questions regarding this announcement may be directed to Lynelle Benallie, Contracting Officer, at (505) 863-8404, by fax at (505) 863-8382 or by email at lynelle.benallie@bia.gov. Award will be made to the lowest priced offeror, whose quote conforming to the requirements herein, will be most advantageous to the Government, and is considered fair and reasonable to the responsive and responsible offeror. All suppliers / vendors submitting quotes must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA000910258/listing.html)
 
Place of Performance
Address: BIA, DOT, Force Account Section, Block 6, 8 miles south of Farmington, NM on Highway 371 and N3003 Junction, MM 100.
Zip Code: 87401
 
Record
SN02200575-W 20100711/100709234720-cad58a61515ef2b2d9f6ae64cffe5377 (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.