Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
MODIFICATION

96 -- Supply and Deliver Boulders

Notice Date
9/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
424990 — Other Miscellaneous Nondurable Goods Merchant Wholesalers
 
Contracting Office
BLM ID-SALMON FIELD OFC(IDI04)1206 SOUTH CHALLIS STREETSALMONID83467US
 
ZIP Code
00000
 
Solicitation Number
L11PS01397
 
Response Due
9/20/2011
 
Archive Date
10/20/2011
 
Point of Contact
Sharon L Nagel
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. This solicitation is set-aside 100% for Small Business. Firm, fixed-price offers are requested under Request for Quotations (RFQ) solicitation number L11PS00218. This document incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-53. The NAICS code is 424990. The business size standard is 500 employees. The line item numbers are: Item 1 - Boulders (delivered to Murray, Idaho job site), Quantity 100 tons; Item 2 - Boulders (delivered to Pine Creek job site), Quantity 120 tons. Boulders: Material shall be hard, durable, angular in shape, resistant to weathering and to water action. Neither the breadth nor thickness of the rock shall be less than one third its length. Material shall be free from overburden, spoil, shale, and organic material, and shall meet the gradation requirements specified below. Rounded alluvial material, thinly laminated materials and/or subrounded rock fragments will not be permitted. Color shall match local bedrock outcrops (grey/ brown). Contrasting color, such as white, will not be accepted. Minimum Density: Shall be 2400 kg/m3 (150 pcf.). Sulfate Soundness Test: Stones shall have a loss not exceeding 10% with the sulfate test after 5 cycles according to AASHTO T 104. Gradation: Boulders range in size from 2 feet to 4 feet The least dimension of a stone shall be considered its size. "FOB Destination" means that all costs for transportation or freight from the shipping point shall be paid by the Contractor and included in the unit price. Delivery Locations: (2). 1. Murray, Idaho job site. Access from Coeur d'Alene, take I-90 approximately 28 miles to Kingston exit, turn left, then travel 23 miles up the Coeur d'Alene River Road, turn right on Thomson Pass Road for 6.2 miles to Murray, Idaho. 2. East Fork Pine Creek job site. Access is off of Interstate 90 at Pinehurst exit, approximately 32 miles east of Coeur d'Alene, Idaho. Distance from Pinehurst to the site is approximately 5 miles on paved roads. Both delivery sites are accessible by a 12 cubic yard dump truck. The following provisions and clauses apply to this procurement: 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; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) following clauses apply; FAR 52.219-06; FAR 52.219-28; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.225-01; FAR 52.225-5; FAR 52.232-33); FAR 233-04; FAR 52.204-07 Central Contractor Registration; FAR 52.223-06 Drug-Free Workplace; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or completed copy of the FAR 52.212-03 clause must be submitted with the quote. Quotes shall be submitted in writing on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, the delivery period in terms of the number of weeks or days, the unit price, the extended price, and any prompt payment discount terms. Offers are due at the above office by close of business Tuesday, July 20, 2011. Fax quotes will be accepted at (208) 756-5447. For additional information contact Sharon L. Nagel, Contracting Officer at (208) 756-5438. All responsible offerors may submit a quotation that, if timely received, shall be considered for award. ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INTERNET PAYMENT PLATFORM (IPP) (FEBRUARY 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: A hard copy of the invoice shall be attached in IPP. The Contractor must use the IPP website to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/ID/L11PS01397/listing.html)
 
Record
SN02566732-W 20110910/110908235359-0d5892ca287da8ad41758857d922376e (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.