Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2011 FBO #3669
SOLICITATION NOTICE

56 -- Supply and Deliver CalTrans Standard Class II Virgin Aggregate

Notice Date
12/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212321 — Construction Sand and Gravel Mining
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
HSBP1012Q0013
 
Archive Date
12/29/2011
 
Point of Contact
Susan F Wallace, Phone: 317-614-4576
 
E-Mail Address
susan.wallace@dhs.gov
(susan.wallace@dhs.gov)
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.acquisition.gov/far. The solicitation number is HSBP1012Q0013, and the solicitation is issued as a Request for Quotation. The NAICS code is 212321 with an associated small business size standard of 500 employees. This solicitation is a 100% HUB Zone set-aside, and will result in a firm fixed price contract to a single Contractor determined to be responsive and responsible. The Government will consider past performance in determining responsibility. DESCRIPTION: Contractor shall provide and transport virgin aggregate conforming to Caltrans Class II standards that may be found at http://www.dot.ca.gov/hq/esc/oe/specifications/std_specs/2010_StdSpecs/ in the following quantities to the following sites. Multiple deliveries at different dates may be requested but the total amounts delivered shall not exceed the total amounts set forth here nor shall they exceed the amounts requested for each delivery. Requests for deliveries will commence no sooner than three business days following award of the contract or be issued more than 90 days later than the first delivery request: a) 3,200 tons, Otay Lakes Road & Otay Mt. Truck Trail, CA 91917 b) 11,900 tons. Enrico Fermi & Via Del La Amistad, San Diego, CA 92154 c) 1500 tons, within 1 mile of Highway 94 & Barrett Lake Road, CA 91917 d) 1000 tons, 1 Forest Gate Road, Campo, CA 91917 e) 600 tons, Dairy Mart Road & Monument Road, San Diego, CA 92154 Requests for deliveries will be issued no less than 48 hours prior to the expected delivery time and date. No delivery will be scheduled outside of a 0700 hours to 1530 hours window, Monday through Friday. There will be no holiday or weekend deliveries. The designated Government representative will direct the Contractor where to unload trucks at each location. The Government shall provide the Contractor with the necessary information to complete the loading or unloading of trucks, to include the number of tons scheduled for any specific day and specified delivery times. Each load will be of a single size of Virgin Class II material per the CalTrans standard. The Contractor shall have the ultimate responsibility for load safety, weight and any other regulatory requirement pertaining to transportation of the material. Requests for variation in the load from the norm shall be made in writing in advance and any problems/incidents resulting from that variation shall be solely the responsibility of the Contractor and the carrier. The Contractor shall provide weight tickets the day after every shipment is made. The format for daily shipments will be a Standard loading ticket used by the trade. However, the report shall include at a minimum: Contract number, request number, quantity of CalTrans Standard Virgin Class II material shipped, number of trucks loaded, date shipped, date scheduled for shipment (if different from actual date). Contractor shall also provide copies of documents received at the original source. Additionally, supplies and deliveries shall comply with the following requirement as set forth by the National Parks Service through whose lands the material will be transported: Awarded Contractor shall obtain and submit certification from the County Weed Supervisor (in the county from which the road base is hauled) that the road base source to be used is weed free.- Contractor vehicles used to transport the road base material shall be free of noxious weed seed by frequent and thorough washing. Washing of vehicles shall be conducted away from the delivery location. Failure to comply with the requirement to wash the vehicles prior to delivery or to provide required certification shall be grounds for refusal of the delivery and nonpayment for said delivery. PRICE SCHEDULE: The unit of measure shall be in tons. Contractor shall not change the unit of measure during performance of the contract. The unit price shall include all elements necessary to deliver to the site including but not limited to, production, testing, loading, and delivery. Price shall be expressed in terms of one line item for each location, price per ton, extended times the listed tonnage requirements to compute total prices and grand total. CLAUSES & PROVISIONS: The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible Offeror whose quote conforming to the solicitation will be most advantageous to the Government, on the basis of lowest unit price, considering price and past performance. The government reserves the right to make award without discussions. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its quote, or be actively registered at the Online Certifications and Representations Application (ORCA) on-line database. Active registration means the "certification validity" must not be expired or pending certification. ORCA can be accessed on-line at http://orca.bpn.gov. Offerors must also be actively registered at the Central Contractor Registration (CCR) on-line database in accordance with the clause at 52.204-07. Active registration in CCR means the "current registration status" must not be expired or pending certification. CCR can be accessed on-line at http://www.ccr.gov. The clause 52.211-16, Variations in Quantity applies to this solicitation. The clause 52.211-17, Delivery of Excess Quantities, applies to this solicitation. The clauses at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-06 Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-03 Notice of HUB Zone Set-Aside or Award; 52.219-28 Post Award Small Business Program Representation; 52.222-03 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-01 Buy American Act - Supplies; 52.225-03 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at 52.247-34, F.o.b. Destination, applies to this acquisition. ANY QUESTIONS REGARDING THIS SOLICITATION MUST BE SUBMITTED IN WRITING (fax or email) to the attention of Susan Wallace, Contracting Officer at fax number 317-298-1344 email at Susan.Wallace@dhs.gov. Include cover page with fax that references the solicitation number, or if sending question by email the subject line of the email shall reference the solicitation number. SUBMITTING QUOTE: Quotations must be received at US Customs and Border Protection in Indianapolis, IN no later than Wednesday, December 14, 2011 at noon, Eastern Standard Time. SUBMIT QUOTATIONS BY FAX OR EMAIL. Email to: Susan.Wallace@dhs.gov Emailed quotes shall state HSBP1012Q0013 QUOTE" in the subject line of the email. Fax to: Attention: Susan Wallace at 317-298-1344, including a cover page with fax that references the solicitation number. The point of contact for this solicitation is: Susan Wallace, Contracting Officer. Only written inquiries will be addressed. The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/HSBP1012Q0013/listing.html)
 
Place of Performance
Address: As specified, San Diego, California, 92154, United States
Zip Code: 92154
 
Record
SN02636644-W 20111211/111209234049-f76202e428e67948aadd16438a4fd994 (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.