Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2016 FBO #5168
SOLICITATION NOTICE

56 -- Asphalt for Engineer Research and Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) - Description of Requirement

Notice Date
1/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324121 — Asphalt Paving Mixture and Block Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF53141929
 
Archive Date
2/5/2016
 
Point of Contact
Vincent J. Durman II, Phone: 6016345234
 
E-Mail Address
vincent.durman@usace.army.mil
(vincent.durman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description of Requirement 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 Request for Quote (RFQ)/Solicitation number is W81EWF53141929. The associated North American Industry Classification System (NACIS) code for the procurement is 324121 and the Small Business size standard is 500 employees. The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Geotechnical & Structures Laboratory has a requirement for asphalt as listed in the attached Description of Requirements. PLACE OF PERFORMANCE: Range 19, Millcreek Road, Fort Polk, LA The U.S. Army Corps of Engineers, ERDC anticipates awarding one firm fixed price contract. Potential vendors may access the following attachment below: Attachment 01 (Description of Requirement) The solicitation document and incorporated provisions are those in effect through Federal Acquisition Regulation 2005-85. An award shall be made to the responsible offeror whose proposal is determined to be Lowest Price Technically Acceptable. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.204-7 System for Award Management 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 Offerors Representations and Certifications- Commercial Items 52.243-1 Changes -- Fixed-Price The following clauses apply to this acquisition: 52.204-13 System for Award Management Maintenance 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items 252.225-7000 Buy American Statute-Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7010 Levies on Contract Payments Additionally, the following clauses/provisions located within FAR 52.212-5 apply to this acquisition: 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52-222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING ELIGIBLE FOR CONSIDERATION FOR AWARD. Information concerning SAM requirements may be viewed via the internet at SAM.gov. Interested parties must include, with their quote, their CAGE code, federal TAX ID number, and a completed 52.212-3 Offeror Representations and Certification or state that the offeror has completed Offeror Representations and Certification. All questions relating to W81EWF53141929 are to be submitted to Vincent Durman via e-mail at vincent.durman@usace.army.mil. Interested parties may submit quotes for consideration by the Government to vincent.durman@usace.army.mil not later than Thursday, 21 January 2016 - 4:00 P.M., CST. Oral communications are not acceptable in response to this notice. Offereors are responsible for reading all information contained in this solicitation and all attachments posted with it. Please reference solicitation number W81EWF53141929 in the subject line of you submittal email. Offerors should check the FedBizOpps website www.fbo.gov often for new solicitations and/or changes (AMENDMENTS) to existing ones.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF53141929/listing.html)
 
Record
SN03993997-W 20160117/160115234253-ef012d633a2bca41b1d95ae7b6a5fb76 (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.