Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2011 FBO #3605
MODIFICATION

V -- Earthen Material Hauling near New Madrid, MO

Notice Date
10/6/2011
 
Notice Type
Modification/Amendment
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-12-Q-0001
 
Response Due
10/7/2011
 
Archive Date
12/6/2011
 
Point of Contact
Celestine Evans, 901-544-3184
 
E-Mail Address
USACE District, Memphis
(Celestine.G.Evans@mvm02.usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
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. The solicitation number is W912EQ-12-Q-0001 and is being issued as a Request for Quote (RFQ). This procurement is 100% set aside for SBA Certified HubZone Small Businesses. The associated NAICS code is 484220 with $25.5M. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the CLINS 0001 thru 0011 as described in the statement of work below and attached map: Unit of Measure: ton mile, TNMI CLIN 0001: Estimated 1,000,000 TNMI Earthen Material hauled (Clay) CLIN 0002 Option: Estimated 1,000,000 TNMI Earthen Material hauled (Clay) CLIN 0003 Option: Estimated 1,000,000 TNMI Earthen Material hauled (Clay) CLIN 0004 Option: Estimated 1,000,000 TNMI Earthen Material hauled (Clay) CLIN 0005 Option: Estimated 1,000,000 TNMI Earthen Material hauled (Clay) CLIN 0006 Option: Estimated 1,000,000 TNMI Earthen Material hauled (Clay) CLIN 0007 Option: Estimated 1,000,000 TNMI Earthen Material hauled (Clay) CLIN 0008 Option: Estimated 1,000,000 TNMI Earthen Material hauled (Clay) CLIN 0009 Option: Estimated 1,200,000 TNMI Earthen Material hauled (Sand) CLIN 0010 Option: Estimated 1,200,000 TNMI Earthen Material hauled (Sand) CLIN 0011 Option: Estimated 1,200,000 TNMI Earthen Material hauled (Sand) **Quick turnaround is necessary in order for the Government to fulfill its mission, therefore responses have been requested approximately 48 hours from original posting with period of performance to begin within 3 days of award. Contractor shall provide all necessary labor, material, supervision, transportation and any services to perform Earthen Material pickup, weigh, haul, and dump from the two designated stock piles to the two construction sites located on the mainline levee along the Mississippi River, northeast of the city of New Madrid, MO. Haul distance from load to dump location can vary between 5 to 15 miles one way, based on the dump locations put forth by the Government. Earthen Material is government furnished and located at both stockpile locations (see attached map) within/near the Birds Point New Madrid Floodway and shall be hauled by contractor and dumped at the construction site (see attached map). Government personnel will load contractor trucks and direct the driver to the dump location. Due to limited maneuverability, 18 wheeler trucks equipped with dump beds will not be permitted. Contractor is required to provide a portable truck scale on site within 3 calendar days of award. Load tickets will also be furnished by the contractor and will contain the following information for each delivery: Truck Identifier (License Plate number). Empty Weight of Truck (Contractor will verify trucks at start of hauling). Loaded weight of Truck COE must receive a copy of each load ticket from weighing site. The Contractor shall adhere to all OSHA standards and the Corps Safety Manual, EM 385-1-1. Vehicle weight limitations for operations on roads, streets, and bridges may affect the prosecution of work under this contract. The Contractor will be responsible for obtaining all necessary licenses and permits, and complying with all applicable Federal, State, and local laws applicable to its performance under this contract. Work shall be performed 7 days a week from 6 am to 6:30 pm. Performance period shall begin within 3 days following award and last up to 90 calendar days for all contract line items from 1st day of hauling. The contractor shall have the trucking capability to haul and deliver a minimum daily production is 9,000 TN of earthen material. Earthen material will be measured for payment, in the presence of a Government Inspector, by being weighted on accurately calibrated scales furnished by and at the expense of the Contractor. Individual weight tickets shall be furnished to the Government Inspector at the time of delivery. Scale set-up location will be determined by the Caruthersville Area Engineer at the time of NTP. There will be no power source provided by the government. All items related to measurement by calibrated scales will be the sole responsibility of the contractor. Truck transportation of earthen materials delivered to the job site will be measured for payment by multiplying the quantity (in tons) of earthen material by the one-way haul distance (in miles) from the load site to the dump site. The one-way haul route distance will be rounded to the nearest tenth of a mile. Measurements shall be weighed upon a calibrated scale furnished by and at the expense of the Contractor. Individual weight tickets shall be furnished to the Government Inspector at the dump location. Payment for truck transportation of earthen material will be made at the contract unit price per ton-mile for all contract line items on a monthly basis, which price and payment shall constitute full compensation for load pickup, weighing, unloading, and truck transporting of earthen material. Delays due to weather conditions or other acts of God will not be compensable under this contract. In addition, the government shall have a reasonable amount of time (3 hours) to repair or replace loading equipment before it is considered a delay. If the contractor's hauling operation is delayed by more than three hours by the Government because of equipment breakdowns, etc., an equitable adjustment in the contract price will be made by modification for the delay above two hours. Standby rates will be determined using EP 1110-1-8, Construction Equipment Ownership and Operating Expense Schedule, Region V. However, no adjustment will be made if the government provides the minimum 9000 TN daily haul rate. SEE ATTACHED MAP & QUOTE FORM. ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL TO: celestine.g.evans@usace.army.mil, NLT 3PM CST, Thursday, October 6, 2011. QUESTIONS AND ANSWERS POSTED WITH MODIFICATION DATED 6 OCTOBER 2011. **Failure to meet any of the requirements of the solicitation may eliminate offeror from consideration for award. Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.212-1 - Instructions to Offerors--Commercial Items is applicable to this solicitation. FAR 52.212-3, Offeror Representation 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 Statues or Executive Orders--Commercial Items (Dev); FAR 52.219-3, Notice of Total HubZone Set-Aside; FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.217-5, Evaluation of Options; FAR 52.217-6 Option for Increased Quantities; FAR 52.237-34-F.O.B. Destination FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items-FAR 252.225-7001 Buy America Act and Balance of Payments Program (JUN 2005); FAR 252.232-7003 Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; and FAR 252.225-7002-Qualifying Country Sources as Subcontractors. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 7 October 2011 no later than 4:00 PM CST at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-12-Q-0001 addressed to Celestine Evans, Phone (901) 544-3184, Fax (901) 544-3710, email: celestine.g.evans@usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) database prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-12-Q-0001/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN02603362-W 20111008/111006234121-3bbf9068f370d1c2d6637c84af4f1332 (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.