Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

56 -- DELIVERY OF 610 LIMESTONE TO AREAS THROUGHOUT THE VICKSBURG DISTRICT - Bidding Schedule

Notice Date
9/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212312 — Crushed and Broken Limestone Mining and Quarrying
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Vicksburg, Attn: CEMVK-CT, 4155 Clay Street, Vicksburg, Mississippi, 39183-3435, United States
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-15-T-0057
 
Archive Date
9/30/2015
 
Point of Contact
Dustin G. Cannada, Phone: 6016317546
 
E-Mail Address
dustin.g.cannada@usace.army.mil
(dustin.g.cannada@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Specifications Bidding Schedule Request for Quote U.S. Army Corps of Engineers Vicksburg District (MVK) 02 September 2015 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 Number W912EE-15-T-0057 is being issued as a Request for Quote (RFQ) with the intent to issue a single Firm-Fixed Price Contract. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 05-82. THIS PROCUREMENT IS BEING COMPETED AS A 100% SMALL BUSINESS SET ASIDE. The NAICS code for this procurement is 212312 - Crushed and Broken Limestone Mining and Quarrying; Size Standard, 500 employees. This procurement is being conducted in accordance with regulations at FAR Part 12 - Acquisition of Commercial Items and FAR Part 13.500 - Simplified Procedures for Certain Commercial Items. OFFERS MAY BE QUOTED AS FOLLOWS: Provide your pricing on the Bidding Schedule attached to this solicitation posting. Pricing SHALL include ALL associated cost for the entire scope-of-work, including delivery, licenses, taxes & fees if due. As a general rule the Federal Government is exempt from state and local sales taxes; however, it is the offeror's responsibility to determine their individual requirements regarding taxes due, and to include those cost in their quote. PROJECT SPECIFICATIONS: COMPLETE PROJECT SPECIFICATIONS, BIDDING SCHEDULE AND OTHER ATTACHMENTS are posted as an attachment to this solicitation. REQUIREMENT; This is a Request for Quotation (RFQ) with the intent to issue one (1) Firm-Fixed Price Contract. The Government intends to award without discussions (while reserving the right to hold discussions if determined advantageous to the Government), offeror is encouraged to provide the best proposed pricing in the initial offer. The U.S. Army Corps of Engineers, Vicksburg District has a requirement to Supply & Deliver, 21,096 tons of 610 Crushed Limestone, as specified in the attached specification document and bidding schedule, to the locations specified in the scope of work. SANDSTONE AND/OR GRANITE WILL BE AN ALLOWABLE SUBSTITUTE FOR 610 CRUSHED LIMESTONE ONLY ON THE LOWER ARKANSAS RIVER LEVEES (NORTH AND SOUTH BANK). PRIOR TO AWARD THE GOVERNMENT RESERVES THE RIGHT TO INCREASE OR DECREASE THE FINAL DELIVERED QUANTITY DEPENDING ON THE UNIT PRICE AND AVAILABLE FUNDING. Quotes will be received and evaluated for the award of one firm-fixed price, lump sum, contract. Failure to provide pricing for the total requirement shall be cause for rejection of your quote. DELIVERY; Deliveries shall begin upon issuance of a Notice-to-Proceed, anticipated to occur immediately upon award of the contract. All deliveries shall be completed on or before 30 October 2015. Failure to meet the required delivery schedule will result in a Negative rating in your after action Contractor's Performance Assessment Report (CPARS). Offerors shall certify with their offer that they are capable of meeting this delivery schedule. The contractor may make delivery, 12 hours per day, 7 days per week, and on weekends (all employee hours worked in excess of (40) hours per week are subject to Federal Overtime Laws). CLAUSE 52.212-2 - EVALUATION FACTORS - COMMERCIAL ITEMS; (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote 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 - To be determined Technically Acceptable, you must certify with your quote that you have the capability to complete the required deliveries in accordance with the projects Scope-of-Work, including but not limited to, the capability to provide the material specified, complete delivery on schedule and maintain deliveries at the daily rate specified. Also you must submit with your quote a "Truck Tracking Plan" and a "Traffic Control Plan" for evaluation and approval. The contractor shall provide sufficient documentation of their technical capability, by including technical literature, brochures, equipment list, Key Personnel List, Resumes, or any other information to enable the Government to determine the offeror's capability to perform work. (2) Satisfactory Past Performance - to demonstrate satisfactory past performance the offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope and complexity, as well as, provide references, including names and contact information of references who can verify their past performance. Past performance information of key personnel and crew may be provided if the company has limited or no past performance. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will be evaluated as neutral on Past Performance, providing the offeror supplies a certified statement with their offer that no past performance information is available. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the offeror. (3) Price - Price quotes will be examined to determine the extent to which proposed prices are comparable with the Government estimates, and previous procurement history and a determination made of Price Reasonableness. The Government may reject any proposal that is determined to be Not Fair and Reasonable, unrealistically high or low in price when compared to Government estimates, or are unbalanced, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the requirements. Pricing SHALL include ALL associated cost for the entire scope-of-work, including delivery, licenses, taxes & fees if due. All proposals will be evaluated and a determination made of lowest price, from prices presented on the Fully Completed Bidding Schedule, based on the Total of all line items. The government will issue award to the offeror whose quote is the Lowest Price of those determined to be Technical Acceptable. (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. SAM REGISTRATION: Pursuant to FAR Provision 52.204-7, prior to award offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Before a complete evaluation of your proposal can be made offerors must provided "Offeror Representations and Certifications" for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerors who do not include their Reps & Certs in their SAM registration, must print complete and include FAR Clause 52.212-3, Offeror Representations and Certifications - with their quote package. SAFETY INSPECTION. This contract is subject to the requirements of EM-385-1-1, U.S. Army Corps of Engineers Safety and Health Requirements Manual. This manual is distributed in electronic format on the internet located at http://www.hq.usace.amry.mil. All of the Contractor's activities conducted in association with the execution of the requirements of this contract are subject to inspection by the Government for compliance with the safety provisions. Any violation of these provisions shall be promptly corrected. Any equipment used in the performance of this contract, which is not in compliance with these safety provisions, shall be immediately removed from service until the problem is corrected. The Contracting Officer has the authority to totally or partially suspend any of the Contractor's operations due to unsafe conditions. In the event that such unsafe conditions are determined to be the responsibility of the Contractor, this determination shall have a significant and negative impact on the Contractor's performance rating. Subsequent to any work suspension, the Contractor shall advise the Contracting Officer of the corrective action, and the Contracting Officer may reinstate performance provided he/she determines that the corrective action is acceptable. THE FOLLOWING FAR CLAUSES & PROVISIONS APPLY TO THIS ACQUISITION: FAR 52.203-3 Gratuities; FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-7 System for Award Management; FAR 52.211-16 Variation in Quantity; FAR 52.211-17 Delivery of Excess Quantities; FAR 52.212-1 Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items; FAR 52.212-3 Offeror Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items - and the following clauses cited within that clause: FAR 52.203-6 Alt I Restrictions On Subcontractor Sales To Gov't; FAR 52.204-10 Reporting Executive Compensation and First Tier Sub Contract Awards; FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor Debarred, Suspended or Proposed for Debarment; FAR 52.219-1 Small Business Program Representations; FAR 52.219-6 Notice of Total Small Business Set Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28 Post Award Small Business Program Re-representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts And Compliance Reports; FAR 52.222-25 Affirmative Action Compliance; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52-222-37 Employment Reports on Veterans; FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-6 Drug-Free Workplace; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; FAR 52.233-1 Disputes; FAR 52.233- 3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. THE FOLLOWING DFARS CLAUSES ARE ALSO APPLICABLE TO THIS ACQUISITION: DFARS 252.201-7000 Contracting Officer Representative; DFARS 252.203-7000 Requirement Relating To Compensation Of Former Dod Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors; DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; DFARS 252.211-7003 Item Unique Identification and Valuation: DFARS 252.212-7000 Offeror Reps & Certs; DFARS 252.223-7008 Prohibition of Hexavalent Chromium; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.244-7000 Subcontracts for Commercial Items; DFARS 252.247-7023 Transportation of Supplies by Sea; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. TECHNICAL INQUIRIES AND QUESTIONS Technical inquiries and questions relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet at (https://www.projnet.org). Offerors are encouraged to submit questions at least 3 days prior to the closing date in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A prospective vendor who submits a comment /question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our technical team. All timely questions and approved answers will be made available through ProjNet. Approved answers to all timely questions will also be posted on the FedBizOps in the form of a report generated from ProjNet as soon as the comment/question entering period is over and all answers are all finalized. The Solicitation Number is: W912EE-15-T-0057 The Bidder Inquiry Key is: 56AMYC-AV9K9E SPECIFIC INSTRUCTIONS FOR PROJNET BID INQUIRY ACCESS: 1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed above. 4. Email. Enter the email address you would like to use for communication. 5. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. SPECIFIC INSTRUCTIONS FOR FUTURE PROJNET BID INQUIRY ACCESS: 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed above. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Click Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. NOTES TO OFFERORS: Quotes are due Tuesday, 15 September 2015 not later than 12:00 CST. to U.S. Army Corps of Engineers, ATTN: Dustin G. Cannada, 4155 East Clay Street, Vicksburg, MS 39183-3435. Quotes may be submitted electronically via email, providing that they are complete and provide all required information to: Dustin.G.Cannada@usace.army.mil. For information concerning this solicitation, contact Dustin G. Cannada at (601) 631-7546; E-mail: Dustin.G.Cannada@usace.army.mil. • You are responsible for reading all information contained in this solicitation and all attachments if any posted with it. • Offerors should check the FedBizOpps web site often for a new solicitation and/or modifications to this solicitation. • Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. • Quotes must be clearly identified for Solicitation No. W912EE-15-T-0057 and submitted electronically to Dustin.G.Cannada@usace.army.mil • OFERORS ARE REMINDED TO INCLUDE ALL DOCUMENTATION REQUIRED BY FAR CLAUSE 52.212-2 - EVALUATION FACTORS - COMMERCIAL ITEMS OR THE QUOTE WILL BE DEEMED TECHNICALLY UNACCETABLE. PLEASE SEE THE ATTACHMENTS BELOW.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-15-T-0057/listing.html)
 
Record
SN03868881-W 20150904/150903000548-15b464f41c67f788c922337bbb23bf1d (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.