Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
SOLICITATION NOTICE

56 -- Supply and Deliver Road Base

Notice Date
1/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - CHIC - CHICKASAW NATIONAL RECREATION AREA Contracting1008 West 2nd StreetEmail- rosalind_sorrell@nps.gov Sulphur OK 73086
 
ZIP Code
73086
 
Solicitation Number
P12PS21634
 
Response Due
1/30/2011
 
Archive Date
1/12/2013
 
Point of Contact
Rosalind G. Sorrell Contract Specialist 5806227204 rosalind_sorrell@nps.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
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. This requirement is being issued as Request for Quote (RFQ) No. P12PS21634. The FAR clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-55. FAR clauses and provisions are available through Internet access at https://www.acquisition.gov/FAR/. This solicitation is 100% small business set-aside. The North American Industry Classification System (NAICS) code is 423320. The small business size standard is gross annual sales less than 100 employees. A firm fixed price contract will be awarded for these Commercial Items. This acquisition is for as many tons of 1-1/4" road base that can be supplied and delivered for $62,000.00. General requirements: The aggregate base course material shall consist of an intimate mixture of graded aggregate, coarse and fine, and shall be practically free from vegetable or other deleterious substances. Coarse aggregate shall consist of sound, tough, durable particles or fragments of disintegrated rock or whole rocks1-1/4" and smaller and have the same color and physical appearance as other rock native to Lake Meredith National Recreation Area. Inspection of the proposed material will be performed by the Contracting Officer's Representative from a stockpile sample upon which a test will be conducted before it is accepted to ensure reasonable uniformity, color, sand/gravel percentage mixture, and acceptability. No substitution of materials shall be made without prior approval of the Contracting Officer. The aggregate supplied by the vendor used in the roadbase must meet the specifications in the table below: Sieve (U.S. Sieve)% Passing1" 100%" 90-100%" 60-90%#4 20-65%#10 10-45%#40 5-20%#200 0-10% Inspection of the proposed material will be performed by the Contracting Officer's Representative from a stockpile sample upon which a test will be conducted before it is accepted, to ensure reasonable uniformity, color, sand/gravel percentage mixture and acceptability. No substitution of materials shall be made without the prior approval of the Contracting Officer. Delivery to commence on or around February 15, 2012 and to be completed by March 15, 2012. Material shall be delivered on a "will call" basis, between the hours of 7:00 a.m. and 3:00 p.m. Monday through Friday, with a minimum order of 250 - 300 tons. Approximately 10 - 15 truckloads daily as needed scheduled with the Contracting Officer's Representative on-site. Material must be delivered in belly dump truck trailers and dumped as directed by park personnel in the respective areas. Two places of delivery: 1.85% of entire order to be delivered to the Rosita Flats area, two miles east of the Highway 287 Canadian River Bridge, located in Potter County, Texas within the boundaries of Lake Meredith National Recreation Area. 2.15% of entire order to be delivered to the Bugbee Shores area located off of Farm Road FM 3395 on the north side of Lake Meredith within the boundaries of Lake Meredith National Recreation Area. For a PDF file map of the park, use website access: www.nps.gov/lamr Click on "View Map". Delivery sites have ample space available for maneuvering trucks. If there are any questions contractors are encouraged to visit the sites by arranging access with Steve Bullard, 806-670-8252. Basis of award will be made considering best value - trade off to the Government. FAR 52.212-2, Evaluation-Commercial Items is applicable. The Government intends to award a fixed-price contract without discussions with offerors.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: RELATIVE IMPORTANCE OF EVALUATION FACTORS: a)Price is MORE IMPORTANT than non-price evaluation factors. The Government may elect to accept other than the lowest proposal when the perceived benefits of a higher priced proposal merit the additional cost. The vendor who can deliver the most tons will be considered the lowest price. b)Non-price factors are listed in descending order of performance. PRICE: A price evaluation will be performed to determine the reasonableness of the proposed price. Reasonableness will be determined considering other competitive prices received and comparison to the independent Government estimate. NON-PRICE FACTORS: 1.Past performance - timeliness in delivery Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of Offeror's past performance, and /or references obtained from any other source. Offers are instructed to provide a list of 5 past contracts/projects that they consider similar in nature. List must provide description, $ amount, date, contact name, contact phone number and/or email. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors wishing to respond to this RFQ should provide the office with the following: 1. Offeror schedule pricing shall be provided on plain bond paper with company identification clearly visible. Supply and deliver Type B, Grade 1 Flexible Road base: Qty. ____________ tons @ $________ unit price = Total price $62,000 2. Past performance references as detailed above. Offerors who do not provide past performance information shall be considered non-responsive. 3. Offeror must furnish company name, official point of contact name, DUNS number, TIN number, address, phone and fax number, email address. The following FAR provisions and clauses are applicable to this acquisition: These clauses can be accessed through the website https://www.acquisition.gov/FAR/ 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 152.204-7 Central Contractor Registration; 52.212-1 Instruction to Offerors-Commercial Items52.212-2 Evaluation - Commercial Items52-212-3 Offeror Representations and Certifications - Commercial Item52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Item, and Alt I, and Alt II applicable "checked" clauses include:52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards52.219-6 Notice of Total Small Business Set-Aside, Alt 1, and Alt II52.219-28 Post Award Small Business Program Representation52.222-3 Convict Labor52.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities52.222-36 Affirmative Action for Workers with Disabilities52.223-18 Contractor Policy to Ban Test Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran -Certification52.233-4 Applicable Law for Breach of Contract Claim Contractors are required to be registered in the Central Contract Registration (CCR) government system prior to award to be eligible for government contract - the link can be found at http://www.ccr.gov. Contractors are required to be provide representations and certifications online at https://orca.bpn.gov All questions for this solicitation must be emailed to Rosalind Sorrell at rosalind_sorrell@nps.gov. Offers are due 4 p.m. CST on January 30, 2012, and may be sent by mail, courier, or email (no faxes). Mailing / Courier address: National Park Service, Chickasaw National Recreation Area, 1008 West 2nd Street, Sulphur, OK 73086. Email address: rosalind_sorrell@nps.gov All responsible sources may submit an offer which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS21634/listing.html)
 
Place of Performance
Address: Lake Meredith National Recreation Area, Fritch, Texas
Zip Code: 79036
 
Record
SN02654930-W 20120115/120113234903-6a41928fb551901b1a49e098f3cf9ef9 (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.