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
SOLICITATION NOTICE

56 -- Concrete Requirements - Concrete CLINS

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327320 — Ready-Mix Concrete Manufacturing
 
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
F1W3FA2075A003
 
Archive Date
6/19/2012
 
Point of Contact
Jamie M Sachette, Phone: 907-552-6660
 
E-Mail Address
jamie.sachette@elmendorf.af.mil
(jamie.sachette@elmendorf.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Concrete CLINS 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation F1W2FA2075A0003 is issued as a Request for Quote (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 effective 18 April 2012. The DFARS provisions and clauses are those in effect to DCN 20120420. The applicable NAICS code is 327320, Ready-Mix Concrete Manuafacturing, with a size limitation standard of 500 employees. This is an unrestricted acquisition under full and open competition CLINs: See Concrete CLINS Attachment 1 MINIMUM NEEDS 1. Delivery Hours: Normal operating hours are 7:00 A. M. through 4:00 P.M. Monday through Friday. Delivery will be made within twenty-four (24) hours of order. Deliveries for Saturday or Sunday require an advanced twenty-four (24) hour notice. Concrete trucks will arrive at a set time, pre-arranged between the contractor and government representative, utilizing Post Road Gate as a primary entry point to JBER, Alaska. The contractor and government representative will determine truck delivery intervals for orders requiring more than one truck. Upon delivery of any material, tickets shall be provided for each load to the government representative. 2. Additional charges: Winter heat charge per yard; Fiber charge per yard; Air 4%-6% per yard; Accelerator per yard; Accelerator non-corrosive per yard; Water reducers per yard; there will be no additional charge for truck standby time; and four (4) yard minimum order. 3. Availability: Contractor will provide year round availability of concrete. 4. Quality Control Test Reports: Contractor shall provide daily quality control test results of all materials in accordance with the specifications for each mixture type upon request of the Heavy Repair Shop, 773d Civil Engineer Squadron. SCHEDULE 1. This is an indefinite delivery indefinite quantity requirement. There will be a minimum total delivery amount of 2 Cubic Yards with a maximum delivery amount of 150 cubic yards. 2. This requirement will include a minimum of two (2) options years, not including the base year of the contract. 3. Upon scheduling of delivery, the contractor will have a 24-hour window to furnish all items, delivered to the specified place of performance. The following provisions and/or clauses apply to this acquisition: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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 Acceptability 2. Price This will be a lowest price technically acceptable purchase. (b) 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. The following provisions apply to this acquisition: FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (Oct 1995) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) FAR 52.212-1 Instructions to Offerors- Commercial Items (Feb 2012) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Apr 2012) FAR 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 including subparagraphs (Apr 2012) FAR 52.216-18 Ordering (Oct 1995) FAR 52.216-19 Ordering Limitations (Oct 1995) FAR 52.216-22 Indefinite Quantity (Oct 1995) FAR 52.217-5 Evaluation of Options (Jul 1990) FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.219-8 Utilization of Small Business Concerns (Jan 2011) FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2012) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Equal Opportunity for Veterans (Sep 2010) FAR 52.222-36 Affirmative Action for Workers With Disabilities (Oct 2010) FAR 52.222-37 Employment Reports on Veterans (Sep 2010) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-50 Combating Trafficking in Persons (Feb 2009) FAR 52.222-54 Employment Eligibility Verification (Jan 2009) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.233-3 Protest after Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.243-1Changes -- Fixed Price (Dec 1994) FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) DFARS 252.209-7999 Representation By Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Class Deviation 2012-O0004) (Jan 2012) DFARS 252.211-7003 Item Identification and Valuation (Jun 2011) DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Jun 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2012) DFARS 252.225-7012 Preference for Certain Domestic Commodities (Jun 2010) DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Dec 2009) DFARS 252.225-7001 But American Act - Balance of Payments Program (Oct 2011) DFARS 252.227-7015 Technical Data-Commercial Items (Dec 2011) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.243-7002 Requests for Equitable Adjustment (Mar 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Potential contractors must also be registered in the Central Contractor Registry (CCR) at http://www.ccr.gov. SUMMARY OF REQUIREMENTS 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, Name, Address, Telephone Number of the Offeror, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (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 4 June 2012 at 1:00PM Alaska Time (5:00 p.m. EST). All proposals must be faxed, mailed or emailed to: POC; Ms Jamie Sachette, 10480 22nd Street, Suite 240, Joint Base Elmendorf-Richardson, AK 99506, Fax (907) 552-7496, jamie.sachette@elmendorf.af.mil. The contractor must furnish all products FOB Destination Joint Base Elmendorf-Richardson. This is a lowest price technically acceptable procurement. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Price and other factors will be considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. Quotations must be received by specified response date. Quotations shall be submitted to Ms. Jamie Sachette. All responsible sources may submit a written proposal, which shall be considered. Email any questions to: jamie.sachette@elmendorf.af.mil no later than 48 hours prior to close date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3FA2075A003/listing.html)
 
Place of Performance
Address: 10480 22nd Street, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02739699-W 20120506/120504235334-d3a729a93199152e60cf21368c4a4e07 (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.