Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2010 FBO #3170
SOLICITATION NOTICE

56 -- Supply and Deliver 700 TONS Quicklime, ASTM C977 High Calcium Quicklime for US Army Corps of Engineers New Orleans District

Notice Date
7/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423320 — Brick, Stone, and Related Construction Material Merchant Wholesalers
 
Contracting Office
USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-10-T-0151
 
Response Due
8/3/2010
 
Archive Date
10/2/2010
 
Point of Contact
Adam Jones, 504-862-1839
 
E-Mail Address
USACE District, New Orleans
(adam.jones@usace.army.mil)
 
Small Business Set-Aside
N/A
 
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 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. RFQ Reference #: W912P8-10-T-0151 This combined synopsis/solicitation is issued as a Request For Quotation. This combined synopsis/solicitation is being issued on an Unrestricted basis. NAICS Code is 423320 and SBA Size Standard is 100 employees. Requirement: The USACE, New Orleans District has a requirement for to Supply, deliver, and spread Quicklime Fines. The estimated Quantity of material is 700 TONS with an option to purchase an additional 500 TONS, as necessary. The Quicklime shall meet the specifications of ASTM C 977, High Calcium Quicklime. Quicklime particle size shall not exceed 0.25inches. Supplier shall deliver to Governments designated Borrow Pit at Bonne Carre Spillway located in St. Charles Parish, LA. Delivery Trucks shall be pneumatic and capable of spreading the Quicklime evenly from a rear spreader bar. Quicklime shall be utilized for the construction of a levee demonstration section. Delivery Date/Location: Delivery shall be to the Governments designated Borrow Pit at Bonne Carre Spillway located in St. Charles Parish, LA. Delivery shall begin on or about August 9, 2010 and be delivered and spread at a rate of approximately 25 to 35 tons per working day over a 4 to 6 week duration. Quotes must also include firm pricing and proposed Delivery Schedule for two (2) line items as follows: Line Item 0001: Unit price per TON and Total Price of material delivered and spread on-site for a total of 700 TONS of Quicklime; Line Item 0002: OPTIONAL Item, Unit price per TON and Total Price of material delivered and spread on-site for an additional 500 TONS of Quicklime. This resultant contract/purchase order will be firm fixed price. The requirement will be solicited and evaluated under FAR Part 12 Commercial Items and FAR part 13.5 Simplified Acquisition Procedures. The following provisions and clauses are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-1 (Alt I) - Small Business Program Representation, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor, FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of Vietnam War, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action For Workers with Disabilities, 52.222-37 - Employment Reports on Special Disabled Veterans, 52.225-3 - Buy American Act--Free Trade Agreements--Israeli Trade Act, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.232-33 - Payment by EFT - CCR, FAR 52.247-34 - FOB Destination, FAR 52.252-2 - Clauses Incorporated by Reference, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. A single contract award will be made to the responsive offeror whose offer is the lowest price and meets or exceeds the delivery timetable. IMPORTANT Information regarding Quotations/Proposals: All quotes/proposals shall include the following minimum information: -Company Name and Address, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email. -Quotes must also include firm pricing and proposed Delivery Schedule for two (2) line items as follows: Line Item 0001: Unit price per TON and Total Price of material delivered and spread on-site for a total of 700 TONS of Quicklime; Line Item 0002: OPTIONAL Item, Unit price per TON and Total Price of material delivered and spread on-site for an additional 500 TONS of Quicklime. -IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. All responsible sources may submit a quotation which shall be considered. Quotations shall be emailed to adam.jones@usace.army.mil no later than August 3, 2010 @ 2:00PM CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-10-T-0151/listing.html)
 
Place of Performance
Address: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
 
Record
SN02220152-W 20100730/100728234825-135caf8dec012d7d77d56d909cfe244c (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.