Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 13, 2012 FBO #3793
SOLICITATION NOTICE

56 -- 10,000 Tons of 610 Limestone

Notice Date
4/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1875 Century Blvd, Atlanta, GA 30345
 
ZIP Code
30345
 
Solicitation Number
F12PSJP002
 
Response Due
4/17/2012
 
Archive Date
10/14/2012
 
Point of Contact
Name: Jamese Promise, Title: Contract Specialist, Phone: 4046794055, Fax: 4046794093
 
E-Mail Address
jamese_promise@fws.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 FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is F12PSJP002 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-57. The associated North American Industrial Classification System (NAICS) code for this procurement is 212312 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-04-17 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The DOI Fish & Wildlife Service requires the following items, Meet or Exceed, to the following: LI 001, 10,000 Tons of 610 Crushed Limestone. See SOW for more detailed information., 10000, TON; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOI Fish & Wildlife Service intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOI Fish & Wildlife Service is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offerors must be registered prior to award, 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 52.212-3 clause must be submitted with the quote. Initial delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make initial delivery after it receives a purchase order from the buyer. The material shall be delivered to Lower Twist Area of Panther Swamp NWR via Big Twist Headquarters site at 12595 Hwy 149, Yazoo City, MS 39194. Materials will be laid on various road in the vincinty of this location. An alternate rout is also available depending on weather conditions (see attached map). 52.252-2, Clauses Incorporated by Reference - This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://aquisition.gov & http://farsite.hill.af.mil. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; 52.204-7, Central Contractor Registration; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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. 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 (a) and the following clauses in paragraph (b): 52.203-6 Restrictions on Subcontractor Sales to the Govt. w/Alternate I, 52.203-13 Contractor Code of Business Ethics & Conduct, 52.204-10 Reporting Executive Compensations & First-Tier Subcontract Awards, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice of Total Small Business Aside, 52.219-8 Utilization of SB Concerns, 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222.19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, 52.223-18 Contractor Policy to Ban Text Messaging while Driving, 52.225-1 Buy American Act ? Supplies, 52.232-9 Terms for Financing of Purchases of Commercial Items, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The anticipated award date is April 30, 2012. Please do not request award status prior to this date. 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. Award Criteria - An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. 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. Measurements for all materials 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. The volume of material contained in each load will be checked, confirmed and accepted by USFWS personnel on site before dumping. Any discrepancy will resolved using standard measurements and volume calculations. Loads determined not to contain the stated volume of material will be sent back to the Contractor by USFWS personnel. Contractors are cautioned that a warranted contracting officer is the only authorized Government representative to make any contractual changes once an award is made. Electronic Invoicing and Payment Requirements ? Internet Payment Platform (IPP) (September 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 the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions ? Commercial Items included in commercial item contracts. 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: Invoice and other supporting documents. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 ? 5 business days of the contract award date. 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 with its proposal or quotation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F12PSJP002/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02720034-W 20120413/120412000014-3a54ef7c6916f0bd748a4bfd38672957 (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.