Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
MODIFICATION

56 -- Limestone for Pond Creek NWR

Notice Date
7/9/2013
 
Notice Type
Modification/Amendment
 
NAICS
212312 — Crushed and Broken Limestone Mining and Quarrying
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GR1875 CENTURY BOULEVARDSUITE 310ATLANTAGA30345-3310US
 
ZIP Code
00000
 
Solicitation Number
F13PS00666
 
Response Due
7/9/2013
 
Archive Date
8/8/2013
 
Point of Contact
Jamese Promise
 
E-Mail Address
jamese_promise@fws.gov
(jamese_promise@fws.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to clarify the following: 1804 tons of limestone is needed. The size of the rock is 1 3/4" limestone road base. Due date and time is now 7/9/2013 at 3:00PM EST. There are no further changes. I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation number F13PS00666 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. II. This requirement is being procured in accordance with FAR Part 12, Acquisition of Commercial Items and an award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. A firm-fixed price commercial order will be issued. III. This action is being solicited as a small business set-aside and only qualified offers may submit a quote. The NAICS Code associated with this requisition is 212312 with a small business size standard of 500 employees. IV. Offerors are cautioned that a warranted Contracting Officer is the only authorized Government Representative to make any contractual changes once an award is made. No oral statement of any person whomsoever shall, in any manner or degree modify or otherwise affect the terms of this Purchase Order. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the Purchase Order price to cover any increase in costs incurred as a result thereof. The CO for this order is jamese_promise@fws.gov. Contracting Officer Representative: Authorized Government Point of Contact for this order is Paul Gideon, 870-289-2126 or paul_gideon@fws.gov. He shall not, however, have the authority to make any changes in the purchase order V. Question Submission: Interested Offerors must submit any questions concerning the solicitation at the earliest time possible to enable the CO to respond. All questions regarding this solicitation must be emailed to jamese_promise@fws.gov. Questions not received by July 5th at noon will not be considered. VI. The Federal Government requires that you have a DUNS number and be registered in the System for Award Management (SAM) in order to do business. If you were actively registered in CCR (Central Contractor Registration) & ORCA (Online Representations & Certifications Application), your information has migrated to SAM (see www.sam.gov for migrating vendor information). You must be fully and actively registered in SAM. If you fail to comply with this requirement, you will lose consideration for contract award. Registration information can be found at www.sam.gov. VII. RFQ Due Date: All quotes must be received at this office no later than July 9, 2013, 3:00 PM Local Eastern Time. ONLY EMAILED QUOTES WILL BE ACCEPTED. Email to jamese_promise@fws.gov. In subject line of email please include the solicitation number. The anticipated award date is July 12, 2013 or earlier. Please do not request award status prior to this date. All quotes submitted shall be good for 30 days after RFQ closed date. Contractors wishing to bid on this posting must reside within a 60 mile radius of Pond Creek NWR, zip code 71846, in order to be deemed responsive. Vendors outside of the 60 mile radius area, with suppliers who are inside of the 60 mile radius area required for this posting, may submit a bid. Include local vendors name, vendor representative name, address, email address, and phone number in quote. VIII. The U.S. Fish & Wildlife Service has a requirement for Limestone road base material at Pond Creek National Wildlife Refuge. Description: (a.) Line Item 0010: Limestone (b.) Quantity: 1804 Tons (c.) This work entails furnishing all necessary management, supervision, labor, materials, and equipment to supply 1804 tons of 1.75" (1 3/4") Limestone tailgate spread 6" thickness with a minimum of 5 to 33 trucks per day for delivery. The contractor shall ensure total for all amounts supplied does not exceed the amount noted in the contract line items. IX. Delivery Requirements: Delivery will be at the Pond Creek NWR. Please see attached map with details of exact location, and contact the technical point of contact (Paul Gideon, 870-289 or paul_gideon@fws.gov) for exact location specification. Once delivery begins, the Contractor shall deliver at a rate of not less than 5 truckloads per day during regular working hours. Hours are 6:00 A.M. to 6:00 P.M. Required commencement date for delivery is on or about July 15, 2013 but may be as soon the award date. Last day for delivery is December 31, 2013. X. Local conditions (bridge restrictions, weather conditions, water levels, road flooding, etc.) that may affect delivery: No major restrictions, however, vendor must abide by all State and County weight limits and restrictions. Contractor shall coordinate deliveries (including hours of delivery) with COR/Site Representative 48 hours in advance. XI. All interested Contractors shall provide a quote as follows: There is a SF 1449 available for submitting quote. Parties responding to this solicitation may also submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.), but at the minimum include the following information: (a) Line Item 0010: 1804 tons of Limestone Price per Ton; (b) Company's name, point of contact, address, phone number, fax number, email address, solicitation number, item Description/Specification (Descriptive literature if applicable), total price (itemize price per ton with final total price),and approximate daily delivery schedule (include number of trucks, amount to be delivered, and total number of days to complete requirement). Price(s) should be for FOB Destination; (c) A list of three (3) most recent past performance references for a similar purchase including name/point of contact, address, phone number, and email address; (d). A statement confirming Representation and Certification completion within SAM. Provide account expiration date, cage code, DUNs number, and taxpayer ID number; (e) Statement confirming that you will accept electronic payment through IPP. (www.ipp.gov) NOTE: Any quotes not received by the due date and time specified in this synopsis/solicitation will be rejected. Additionally, any incomplete quote not containing the required information as stated in this solicitation may also be rejected. NOTE: The final quoted price(s), both total and individual, MUST include all applicable fees, gratuities, commissions, service charges, etc. THE FEDERAL GOVERNMENT IS TAX EXEMPT. XII. Provisions, Clauses, and Additional Requirements: (a) FAR 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm or www.acquistion.gov; (b) FAR 52.252-2 Clauses Incorporated by Reference. (FEB 1998) 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://farsite.hill.af.mil/vffara.htm or www.acquistion.gov; (c) DIAR 1452.201-70 Authorities and delegations. (SEP 2011) The terms and conditions to this cause are determined by the contracting officer to be necessary for this acquisition and consistent with customary practices; (d) FAR 52.212-1 Instructions to Offerors - Commercial Items. (FEB 2012) The terms and conditions for this provision apply to this acquisition with addendums found within the solicitation guidelines. (Past Performance data shall be submitted in accordance with section (b)(10) of clause 52.212-1 included herein; (e) FAR 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: (i) technical capability of the item offered to meet the Government requirement and compliance with active SAM.gov account with the ability to accept payment through IPP.gov; (ii) price; (iii) past performance (Past Performance data shall be submitted in accordance with section (b)(10) of clause 52.212-1); (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 offers 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; (f) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. (APR 2012) The terms and conditions for this provision applies to this acquisition with addendums found within the solicitation guidelines; (g)FAR 52.212-4 Contract Terms and Conditions - Commercial Items. (FEB 2012) The terms and conditions for this provision apply to this acquisition; (h) Addendum to 52.212-4, Contract Terms and Conditions - Commercial Items. The following terms and conditions have been deleted or updated: (g) Invoice Invoices shall be submitted IAW DOI Electronic Invoicing and Payment Requirements - Invoice Payment Platform (IPP) (September 2011) (o) Warranty Deleted; The following terms and conditions have been added: 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. (APR 1984); 52.211-16 Variation in Quantity. (APR 1984); (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 10 Percent increase per line item 10 Percent decrease per line item; 52.217-6 Option for Increased Quantity. (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days of delivery date. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree; (i)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (JAN 2013) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)); (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553); (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: Contracting Officer check as appropriate. _x_ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note _x_ (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). _x_ (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). __ _x_ (23) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _x_ (24) 52.222-19, Child LaborCooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _x_ (25) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _x_ (26) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _x_ (28) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _x_ (35) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513). _x_ (36) 52.225-1, Buy American ActSupplies (Feb 2009) (41 U.S.C. 10a-10d). (j) Electronic Invoicing and Payment Requirements Invoice Payment Platform (IPP) (September 2011) - Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice 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: Contractor generated invoice and weight tickets. 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; (k) Evaluation Criteria/Basis of Award: An award will be made to the lowest price responsive offeror) and whose past performance does not pose a risk to the Government. An offer is acceptable if its items being offered conforms to the Government's statement of work or listed specifications 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. (End of Synopsis /Solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F13PS00666/listing.html)
 
Record
SN03111322-W 20130711/130709235442-a61aa5cc981a472ca1976a4b4fedd170 (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.