Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
MODIFICATION

87 -- Topsoil

Notice Date
5/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W3FA2075A001_Topsoil
 
Archive Date
5/26/2012
 
Point of Contact
Justin Nguyen Dang, Phone: 907-552-3053
 
E-Mail Address
justin.dang@elmendorf.af.mil
(justin.dang@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Topsoil Combined Synopsis/Solicitation This is a combined synopsis/solicitation prepared in accordance with 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. Description: Solicitation # F1W3FA2075A001 Line Item 0001: Qty 1,000 cubic yards, topsoil. Must have at a minimum: Topsoil must meet the following required specifications. Description of topsoil is by volume: - 60% organics by volume (organics must be free of sticks, rocks, and any other objectionable materials) -20% sand by volume (100% of sand shall pass through a #4 screen) -20% silt by volume (any sand materials passing a #100 screen) -Topsoil must have a ph factor of 5.5 to 6.5 -Soil must pass through an 13mm screen and be free of sticks, rocks, and any other debris -Samples from prospective vendors shall be made available to the Horizontal Repair Shop for verification of the required specifications. These samples shall be available for inspection upon request. -Delivery shall begin on 02 Jun 2012 and accumulate at 1,000 cubic yards no later than 15 Jun 2012, thereafter maintaining no less than a 1,000 cubic yard stockpile until the total quantity has been delivered. All topsoil shall be delivered no later than 15 Jul 2012. Delivery tickets must be collected for each load and must be eligible. A government representative will be present for each delivery. Topsoil will be delivered to the 773 CES Gravel Pit area located at the east end of Runway 6 on JBER between 7:30 a.m. to 3:30 p.m., Monday through Friday. Vendors should be advised security conditions may change on JBER. This procurement is a Total Small Business Set Aside. All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation shall be FOB Destination and be included in the quote. Contractor shall submit their quote on company letterhead, which will include Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract Number (if applicable), Date offer expires, Terms of any Express Warranty, Unit Price, and overall Total Price. Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by May 11, 2012 at 12:00PM Alaska Standard Time. All proposals must be faxed, mailed or emailed to: POC; A1C Justin Dang, 10480 22nd Street, Suite 240, Joint Base Elmendorf-Richardson, AK 99506, Phone (907) 552-3053, Fax (907) 552-7497, justin.dang@elmendorf.af.mil This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 (effective 18 Apr 2012), Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20120420 (effective 20 Apr 2012), and Air Force Acquisition Circular (AFAC) 2012-0330 (30 Mar 2012). The Following Provisions and/or Clauses apply to this acquisition: FAR Provision 52.212-1 Instructions to Offerors - Commercial Items (CI) (Feb 2012) FAR Provision 52.212-2 Evaluation - Commercial Items (Jun 2008). (a) 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. Technical Ability and Qualifications; 2. Price This will be a Lowest Price Technically Acceptable (LPTA) purchase. FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2012) with Alternate I. An Offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an Offeror has not completed the annual representations and certifications electronically at the ORCA website, the Offeror shall complete only paragraphs (c) through (m) of this provision. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or proposed for Debarment (Dec 2010) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2012) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2012) FAR clause 52.212-5 DEV (including Alt I and Alt II as noted in 52.212-5), Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 09) Deviation (Mar 2012) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-42, Statement of Equiv. Rates for Federal Hire (May 1989) 52.222-50, Combating Trafficking in Persons (Feb 09) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-3 Alt I, Buy American Act - Trade Agreement - Israeli (Mar 2012) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.233-3, Protest After Award (Aug 1996) 52.237-11, Applicable Law for breach of Contract Claim (Oct 2004) 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vehicles (Feb 2006) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (sep 2011) 252.209-7999 with Class Deviation 2012-00004, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal law (Jan 2012) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2012) 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program (Oct 2011) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.247-7023, Transportation of Supplies by Sea (May 2002) 252.247-7023 Alt III, Transportation of Supplies by Sea (May 2002) Due date, time and method of response: All quotes are due on or before 1200 hrs (12:00 pm) Alaska Standard Time or 1600 hrs (4:00 pm), Eastern Standard Time (EST), Friday, 11 May 2012. Electronic quotes are acceptable. Submission may be made via email to justin.dang@elmendorf.af.mil or via facsimile at 907-552-7496, Attn Justin Dang. Quotes must reference the solicitation number. Email any questions to Justin Dang no later than 48 hours prior to close date. In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations: A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. All referenced Federal Acquisition Regulation (FAR) and De clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. Contracting Office Address: 673D Contracting Squadron/LGCC 10480 22nd Street, Suite 356, JBER, AK 99506 United States Primary Point of Contact.: Justin Dang, Contracting Specialist Justin.dang@elmendorf.af.mil Phone: 907-552-3053
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3FA2075A001_Topsoil/listing.html)
 
Place of Performance
Address: 773d CES 9361 Johnson St, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02739232-W 20120506/120504234659-71ff2de451631a81b68655ff8f34ab39 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.