Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
MODIFICATION

56 -- GRAVEL

Notice Date
7/23/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
1875 Century Boulevard, Atlanta, GA 30345
 
ZIP Code
30345
 
Solicitation Number
4016109
 
Response Due
7/24/2014
 
Archive Date
1/20/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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 4016109 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 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 212311 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 2014-07-24 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Special Shipping Instructions. The DOI Fish & Wildlife Service requires the following items, Meet or Exceed, to the following: LI 001: BOND SWAMP GAB TAILGATE SPREAD Request Price per Ton. Total approximate amount of tons request is 800 Tons. This work entails furnishing all necessary management, supervision, labor, materials, and equipment to supply for delivery and tailgate spread with a minimum of 5 truckloads delivered per day. This will be under the direct supervision of Refuge Staff. The contractor shall ensure total for all amounts supplied does not exceed the amount noted in the contract line items., 800, Tons; LI 002: PIEDMONT GAB TAILGATE SPREAD AND #4 STOCKPILE Request Price per Ton. Total approximate amount of tons: 1000 tons of GAB (Spread) 100 TONS OF #4 ROCK (Stockpile) This work entails furnishing all necessary management, supervision, labor, materials, and equipment to supply for delivery and tailgate spread with a minimum of 5 truckloads delivered per day. This will be under the direct supervision of Refuge Staff. The contractor shall ensure total for all amounts supplied does not exceed the amount noted in the contract line items., 1100, Tons; 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. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Various Delivery Locations (Reference Statment of Objective Attachment) Coordinate with Refuge staff about delivery quantities and exact locations. Due to the project requirements, the contractor will be expected to assign more than one truck at a time to deliver on the site. The vendor would need to verify with the county road commissioner if a bound is required. Once delivery begins, the Contractor shall deliver at a rate of not less than 5-15 truckloads per day during regular working hours, excluding federal holidays. Hours are 8:30 A.M. to 4:00 P.M. The delivery will accompany tailgate spread with amount piled and thickness to be determined by the site manager at the designated location. Identified delivery location will be at designated through site manager. All deliveries will occur within an active jobsite or staging area that will accommodate highway compliant vehicles, required delivery trucks, etc. Drivers shall furnish certified scale tickets to FWS/government personnel upon delivery of each load to the delivery site. It is the Contractor?s responsibility to visit the site prior to bidding and know existing delivery and dumping conditions. For inquires on delivery site details, exact locations and specifications, please reference attached ?Roadway/Gravel Surface Material? sheet, Statement of Objective, and map. 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. 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. Buyer intends to issue award using a firm fixed priced purchase order or delivery order. Quotes from Sellers unable to accept purchase orders or delivery orders will not be considered for award. Authorized Government Point of Contact and technical POC for this request is Carolyn Johnson at carolyn_johnson@fws.gov or 478-986-5441. She shall not, however, have the authority to make any changes in the purchase order. Local conditions (bridge restrictions, weather conditions, water levels, road flooding, etc.) that may affect delivery: None. Contractor shall coordinate deliveries (including hours of delivery) with COR/Site Representative in advance. 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 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 Pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. FAR 52.212-1 Instructions to Offerors - Commercial Items. (APR 2014) The terms and conditions for this provision applies to this acquisition with addendums found within the solicitation guidelines. 52.212-4 Contract Terms and Conditions - Commercial Items. (May 2014) 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. (Apr 1984) 52.232-39 -- Unenforceability of Unauthorized Obligations (Jun 2013) 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. 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: Reference: Evaluation Criteria/Basis of Award [Contracting Officer shall insert the significant evaluation factors, such as (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); (iv) small disadvantaged business participation; and include them in the relative order of importance of the evaluation factors, such as in descending order of importance.] Technical and past performance, when combined, are as important [Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.] (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing 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, a Contractor generated invoice must be submitted as an attachment to the IPP invoice. 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 SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 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/4016109/listing.html)
 
Place of Performance
Address: Special Shipping Instructions.
Zip Code: -
 
Record
SN03435935-W 20140725/140724000554-a839245a5b9e034a696b68f303679091 (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.