Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2012 FBO #3862
SOLICITATION NOTICE

56 -- PORTLAND CEMENT

Notice Date
6/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Contracting Office - BIA Rocky Mountain Region 316 North 26th Street, Room 4418 Billings MT 59101
 
ZIP Code
59101
 
Solicitation Number
A12PS01476
 
Response Due
6/26/2012
 
Archive Date
6/19/2013
 
Point of Contact
Kathy Eder Contract Specialist 4062477941 kathy.eder@bia.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 FAR 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. Solicitation No herein cited is issued as a Request for Quote (RFQ) and will be procured under FAR Part 12, Acquisition of Commercial Items. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The associated North American Industrial Classification System (NAICS) code for this procurement is 327320. This acquisition is a small business set-aside, Size standards in number of employees is 500. Contractors are encouraged to submit a signed and dated quote, accompanied with the contractor's DUNS number and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items by mail to the Bureau of Indian Affairs, Rocky Mountain Regional Office, Attn: Kathy R. Eder, 316 North 26th Street, Billings MT 59101; or e-mail to kathy.eder@bia.gov no later than 2:00pm Mountain Daylight Time, June 26, 2012. Facsimile quotes will not be accepted. Any technical questions regarding this announcement can be directed to Mike Toland, at 406-657-6675. The Bureau of Indian Affairs is issuing this RFQ to procure 700 cubic yards of Cement listed below: ItemDescriptionQtyUnit Unit PriceTotal Price 0001Portland Cement 3,000 PSI700CY$________$_____________ Conforming spec below Total$_____________ Period of Performance from date of award to October 30, 2012. SPECIFICATIONS: Concrete Shall Conform to the Following Table: Composition of Minor Structure Concrete PropertySpecification Cement content 611 pounds per cubic yard minimum Water/cement ratio0.49 maximum Slump4 inches maximum Air content4 % minimum Size of coarse aggregate?-Inch Minus 28-day compressive strength3,000 pounds per square inch minimum Acceptance: Quality Control testing including slumps, air content, and making of compression test cylinders will be performed by Bureau of Indian Affairs technicians. Actual compression breaks will be performed by an independent testing laboratory. The concrete supplier is required to have an internal quality control program to assure compliance with all the requirements of this contract. Payment: The accepted quantities, measured as provided above, will be paid at the contract price of measurement for concrete. Concrete that exceeds the maximum slump or does not meet air content requirements will be rejected for payment at the site. Concrete that does not meet the minimum 28 day compressive strength will be rejected for payment subsequent to testing by an independent certified laboratory. DELIVERY: Delivery to Ft Belknap Agency Roads Construction project sites. Shipping must be free on board (FOB) destination, which means the seller must deliver the goods on its conveyance to the destinations specified above and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. INSPECTION: Materials will be inspected when delivered. Proof of compliance and commercial certification identifying the batch and/or lot number, material, and plant location will be provided to the project supervisor. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (a) of FAR 52.212-5 the following applies: FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L.108-77, 108-78). In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.222-3 Convict labor (JUN 2003), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (MAR 2007), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998);FAR 52.225-3 Buy American Act-Free Trade Agreements - Isreali Act Alternate II (JAN 2004); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.211-16 Variation in Quantity (APR 1984) 10%, 10%, CLIN 0001, FAR 52.211-17 Delivery of Excess Quantities (SEP 1989), and FAR 52.229-3 Federal, State and Local Taxes (APR 2003). The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.acquisition.gov/far or http://www.farsite.hill.af.mil or may be requested from the Contracting Officer. Any further questions regarding this announcement may be directed to Kathy R. Eder, Contract Specialist, at (406) 247-7941, by fax at (406) 247-7908 or by email at Kathy.eder@bia.gov. Award will be made to the lowest priced offeror, whose quote conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. All suppliers / vendors submitting quotes must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A12PS01476/listing.html)
 
Place of Performance
Address: FT. BELKNAP INDIAN RESERVATION
Zip Code: 595260980
 
Record
SN02779334-W 20120621/120619234856-204f50b014cea5e43834b26cece22176 (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.