Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOLICITATION NOTICE

56 -- Gravel for Upper Ouachita NWR

Notice Date
7/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1875 Century Boulevard, Atlanta, GA 30345
 
ZIP Code
30345
 
Solicitation Number
040151655
 
Response Due
7/31/2014
 
Archive Date
1/27/2015
 
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
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 040151655 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 212321 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 2014-07-31 11:00:00.0 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: (1.) Line Item 0010: Route 109, South Gate Road- Estimated 3,192.20 tons, 3192, Ton; LI 002: (2.) Line Item 0020: Route 116, Kelby Road- Estimated 4,958.05 tons, 4958, Ton; LI 003: (3.) Line Item 0030: Route 103, Broussard Road- Estimated 643.90 tons, 643, Ton; LI 004: (4.) Line Item 0040: Route 100, Glaze Creek Road- Estimated 881.95 tons, 881, Ton; LI 005: (5.) Line Item 0050: Route 110, Mollicy Shop Road- Estimated 2,994.15 tons, 2994, Ton; LI 006: (6.) Line Item 0060: Route 112, Wigeon Pond Road- Estimated 2,240.00 tons, 2240, EA; LI 007: (7.) Line Item 0070: Route 102, Cecil Creek Road- Estimated 1,268.29 tons, 1268, Ton; LI 008: (8.) Line Item 0080: Route 105, Northern Access Road- Estimated 1,208.78 tons, 1208, EA; LI 009: (9.) Line Item 0090: Route 107, South Unit Access Road- Estimated 1,596.10 tons, 1596, Ton; 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. This procurement is for approximately 18,983.42 tons of Crushed SB2 Granite at various locations; for delivery and tailgate spread witin FWS Upper Ouachita National Wildlife Refuge (NWR); Farmerville, Louisiana.This work entails furnishing all necessary management, supervision, labor, materials, and equipment to supply for delivery and tailgate spread with a minimum of 15 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. 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: Delivery will be at or near various locations on Upper Ouachita National Wildlife Refuge, 11372 Highway 143, Farmerville, LA 71241. Reference Attachment. Coordinate with Refuge staff about delivery quantities and exact locations. Due to the requirement, the contractor will be expected to assign more than one truck at a time to deliver on the site. There are county road weight limit restrictions coming into this site the vendor needs to be aware of. The vendor would need to verify with the county road commissioner if a bound is required to haul on this road. Once delivery begins, the Contractor shall deliver at a rate of not less than 15 truckloads per day during regular working hours, excluding federal holidays. Hours are 6:00 A.M. to 6:00 P.M. The delivery will accompany a spot dump and/or 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. Required commencement date for delivery is on or about date of 10/1/2014. Last day for delivery is 9/30/2015. Reference attachment for estimated delivery schedule per location. For inquires on delivery site details, exact locations and specifications, please reference attached ?Roadway/Gravel Surface Material? sheet, scope of work, and map. 1. It is the Contractor?s responsibility to visit the site prior to bidding and know existing delivery and dumping conditions. 2. For inquires on delivery site details, exact locations and specifications, please reference attached ?Roadway/Gravel Surface Material? sheet and map. 3. 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with no 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 40151655 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-75. 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 13.5, Test Program for Certain Commercial Items that authorizes the use of Simplified Acquisition Procedures. This action is being solicited as a small business set-aside and only qualified offerors may submit a quote. The NAICS Code associated with this requisition is 212321 with a small business size standard of 500 employees. Buyer intends to issue award using a fixed priced purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award. Government Representative (GR): Authorized Government Point of Contact for this order is Brett Hortman, 318-726-4222 extension 103, brett_hortman@fws.gov. He 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: wet conditions, flooding, water levels. Contractor shall coordinate deliveries (including hours of delivery) with GR 24 hours 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,compliance with solicitation requirements, and past performance. 52.203-17 ? Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. (Apr 2014) 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) 52.219-27 -- Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) 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. (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) Price (ii) Compliance with the requirements of this solicitation notice (iii) Past performance (see FAR 15.304); (iv) Must be small business participation; Technical and past performance, when combined, are equally as important to price. [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. Contractors wishing to bid on this posting must reside (business home office) within a 40 mile radius of Upper Quachita National Wildlife Refuge, 71635 in order to be deemed responsive. Vendors outside of the 40 mile radius area, with suppliers who are inside of the 40 mile radius area required for this posting, submit LOCAL VENDOR?S COMPANY NAME, VENDOR REPRESENTATIVE POINT OF CONTACT?S NAME, ADDRESS, EMAIL ADDRESS, AND PHONE NUMBER. RFQ Due Date: Telephone quotes will NOT be accepted. All quotes must be received at this office no later than 07/31/2014, 11:00 AM Local Eastern Time. ONLY FEDBID QUOTES WILL BE ACCEPTED. The anticipated award date is on or about August 25, 2014. Please do not request award status prior to September 25, 2014. All questions regarding this solicitation must be submitted through Fedbid. Any technical questions, contact must be submitted through Fedbid. All questions must be submitted no later than 07/29/2014. All questions after that date, risk on receiving no response. (1) Quotes through Fedbid. (2) Quotes will be submitted in Tons and incorporate any additional cost associated in fulfilling this requirement. (3) Provide the completed responses to FAR 52.209-5, Certification Regarding Responsibility Matters and FAR 52.907-7, Information Regarding Responsibility Matters. (4) Past Performance: A list of three (3) most awarded contracts that are similar to this current requirement. Include contract number; award date, name of Contracting Officer/Project Manager, address, phone number, and email address; (5) Contractors wishing to bid on this posting must reside (business home office) within a 40 mile radius of Upper Quachita National Wildlife Refuge, 71635 in order to be deemed responsive. Vendors outside of the 40 mile radius area, with suppliers who are inside of the 40 mile radius area required for this posting, submit LOCAL VENDOR?S COMPANY NAME, VENDOR REPRESENTATIVE POINT OF CONTACT?S NAME, ADDRESS, EMAIL ADDRESS, AND PHONE NUMBER.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/040151655/listing.html)
 
Place of Performance
Address: Special Shipping Instructions.
Zip Code: -
 
Record
SN03437169-W 20140726/140724235752-5abb81bb2843e1ef717339f1beb95ed2 (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.