Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 22, 2011 FBO #3497
SOLICITATION NOTICE

56 -- 33C Limestone Rock

Notice Date
6/20/2011
 
Notice Type
Presolicitation
 
Contracting Office
R4 Contracting and Grant Services Division U.S. Fish and Wildlife Services 1875 Century Blvd.Suite 310 Atlanta GA 30345
 
ZIP Code
30345
 
Solicitation Number
F11PS00979
 
Response Due
7/5/2011
 
Archive Date
6/19/2012
 
Point of Contact
Jamese N. Promise Contract Specialist 4046794055 Jamese_Promise@fws.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
I. 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. II. The solicitation number for this request is F11PS00979 and the solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC 2005-51, effective May 2, 2011). III. This procurement is being issued as a small business set aside. The small business size standard for NAICS code 212312 is 500 employees or less. The anticipated award will be a Firm-Fixed Price (FFP)-type contract. Offerors must submit quotes on the full quantity identified. Award shall be made to one or more offerors. The Contracting Officer reserves the right to make no award under this procedure. IV. There is no SF 1449 available for submitting quote. Quotes shall be submitted in writing. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on companys' letterhead, formal quote form, etc.) but must include the following information: a. Company's name, point of contact, address, phone number, fax number, and email address; b. Solicitation number; c. Item Description/Specification (Descriptive literature if applicable); d. Discounts for prompt payment if applicable; e. DUNS number; f. Offerors shall submit price and delivery information for all items. Price(s) should be FOB Destination. g. A list of three (3) past performance references for a similar purchase including name/point of contact, address, phone number, and Email address; h. A statement confirming that your company is registered in ORCA or a copy of your company`s Representations and Certifications completely filled out. ANY QUOTES NOT RECEIVED BY THE DUE DATE AND TIME SPECIFIED IN THIS ANNOUNCEMENT WILL BE REJECTED. ADDITIONALLY, ANY INCOMPLETE QUOTE NOT CONTAINING THE REQUIRED INFORMATION AS STATED IN THIS COMBINED SYNOPIS/SOLICITATION WILL ALSO BE REJECTED. NOTE: The final quoted price(s), both total and individual, MUST include all applicable taxes, shipping & handling, fees, gratuities, commissions, service charges, etc. THE FEDERAL GOVERNMENT IS TAX EXEMPT. V. The requirements/specifications and Contract Line Item Numbers (CLINs) for this request for quote are listed at the end of this solicitation. Please email Ms. Jamese Promise at jamese_promise@fws.gov for a copy of local site maps. VI. CCR & ORCA Registration - A prospective awardee shall be registered in the Central Contractor Registration (CCR) database prior to award. Information on registration may be obtained via the Internet at: http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. It also required that any contractor doing business with the government under contract is required by to be registered in ORCA. All vendors must complete the electronic version of the Online Representations and Certifications (ORCA) at: http://www.bpn.gov and clicking on the Online Reps and Certs Application. VII. Contractors are cautioned that a warranted contracting officer is the only authorized Government representative to make any contractual changes once an award is made. VIII. PROVISIONS/CLAUSES: The full text of any solicitation provision or clauses referenced herein may be accessed electronically at http://acquisition.gov/far/ or http://farsite.hill.af.mil/vffara.htm. The following FAR provisions and clauses apply to this solicitation and/or purchase order contract: a. 52.212-1 Instructions to Offerors--Commercial Items b. 52.212-2 Evaluation--Commercial Items; 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, price and other factors considered. The following factors shall be used to evaluate offers: 1) Lowest Price 2) Technical Capability "Meeting or Exceeding the Requirement": Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated in the specifications. 3) Past Performance: Past Performance will be evaluated how the organization has performed on similar efforts in size and scope in the past. The Past Performance evaluation will include assessments of service, quality, and ability to meet schedule and provide timely remedies. The Government may consider any information submitted by the offeror or its references as well as any information obtained or maintained by the Government, including any files and Past Performance databases. Past Performance data shall be submitted in accordance with section (b)(10) of clause 52.212-1 included herein. If one quotation is better in terms of Past Performance and has the lower price, then it will be considered the best value. If one quotation is better in terms of Past Performance but has the higher price, then the Government will determine whether the differences in the non-price related factors are worth the difference in price. Accordingly, the Government reserves the right to issue an order to other than the lowest priced quote. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. Award decision will be made without discussions. Therefore, each offeror is encouraged to provide the Government with all of the information necessary to evaluate its quote under the evaluation factors stated above. Offerors that fail to submit all the information necessary to evaluate their quote with their initial quote bear the risk that their proposal will be rejected without discussions. c. 52.212-3 Offeror Representations and Certifications--Commercial Items, Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. d. 52.212-4 Contract Terms and Conditions--Commercial Items e. 52.212-5 Contract Terms and Condition Required To Implement Statutes Or Executive Orders--Commercial Items, The following clauses listed within FAR 52.212-5 are applicable: i. 52.222-50 Combating Trafficking in Persons ii. 52.233-3 Protest after award iii. 52.233-4 Applicable Law for Breach of Contract Chain iv. 52.219-6 Notice of Total Small Business Aside v. 52.219-28 Post Award Small Business Program Representation vi. 52.222-3 Convict Labor vii. 52.222.19 Child Labor-Cooperation with Authorities and Remedies viii. 52.222-21 Prohibition of Segregated Facilities ix. 52.222-26 Equal Opportunity x. 52.222-36 Affirmative Action for Workers with Disabilities xi. 52.223-18 Contractor Policy to Ban Text Messaging while Driving xii. 52.225-1 Buy American Act - Supplies xiii. 52.232-9 Terms for Financing of Purchases of Commercial Items xiv. 52.225-13 Restrictions on Certain Foreign Purchases xv. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration f. 52.211-06 Brand Name or Equal g. 52.214-21 Descriptive literature h. 52.247-34 F.O.B. Destination i. 52.252-02 Clauses Incorporated by reference IX. REQUIRED RESPONSE DATE: Quotes MUST be received by 10:00 A.M. Eastern Standard Time (EST) on May 17, 2011. Quotes are to be emailed to Ms. Jamese Promise, Contract Specialist, at jamese_promise@fws.gov or faxed to 404-679-4093. Questions concerning this solicitation should be addressed in writing to Ms. Jamese Promise, Contract Specialist, via email at the email address provided above. Any questions received telephonically will not be answered and you will be directed to submit your question in writing. X. The anticipated award date is May 19, 2011. Please do not request award status prior to this date. XI. DESCRIPTION OF REQUIREMENT/SPECIFICATIONS/SCOPE OF WORK (SOW): ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity- 7,922 Tons, 33C Limstone Rock, which shall meet or exceed the following salient characteristics listed in the SOW below: a. GENERAL: The Contractor shall provide all plant, labor, equipment, materials and supplies necessary to furnish and deliver 7,922 tons of 33C Limstone Rock. All Limestone Rock shall be delivered by truck and tailgate spread at Reelfoot National Wildlife Refuge, specifaclly the roads at the Long Point Unit. The Contractor shall be prepared to make delivery of the Limestone within 3 days after notification from the Contracting Officer or Contracting Officer's Representative with a last date for delivery of November 14, 2011. The Contractor shall deliver the Limestone at a rate of not less than 15 loads per day. The Contractor is responsible for obtaining any required hauling permits for use of county, state or other public roads. b. MATERIALS: Under the Tennessee Department of Transportation's Specifications, 33C Limestone material is classified as Type A Grade D Base Limestone. 95% of the 33C Limstone Rock must consist of 33C grade Limestone Rock. Estimates are to be priced at cost per tone of gravel/rock and per the scope of work. c. MEASUREMENT: Measurements for all stone delivered will be performed by individual load weight measurement using certified scales. Weight tickets shall be provided to the USFWS representative upon each delivery. The contractor shall provide scale certification documentation prior to commencement of work. d. DELIVREY LOCATION: The 33C Limestone Rock shall be delivered to Reelfoot National Wildlife Refuge, 4343 Highway 157, Union City, TN 38261. Please email Ms. Jamese Promise at jamese_promise@fws.gov for a copy of the site map. Note: Weather and road conditions may impact contractor's ability to deliver during specified time period. Any modifications or extensions to the delivery date shall be approved by the Contracting Officer and coordinated with the Contractor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS00979/listing.html)
 
Place of Performance
Address: Reelfoot National Wildlife Refuge, 4343 Highway 157, Union City, TN
Zip Code: 38261
 
Record
SN02476967-W 20110622/110620234545-e46318efad594bc0b548d01b23ded5a0 (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.