Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2016 FBO #5336
MODIFICATION

56 -- Concrete, Qty 75 Cubic Yards of ready-mix concrete; propose 6 bag of fiber mesh

Notice Date
7/1/2016
 
Notice Type
Modification/Amendment
 
NAICS
327320 — Ready-Mix Concrete Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
F3F1S16149AW01
 
Archive Date
7/26/2016
 
Point of Contact
Ashley B. Perez, Phone: 2088283108
 
E-Mail Address
ashley.perez.8@us.af.mil
(ashley.perez.8@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) This combined synopsis/solicitation is issued as a Request For Quote, F3F1S16149AW01. Submit written quotes only, oral quotes will not be accepted. All firms or individuals responding must be registered with System for Award Management (SAM) (www.sam.gov). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88 and through Department of Defense Acquisition Regulation Change Notice DPN 20160607. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.html (iv) This procurement is being issued as a Small Business Set-Aside. North American Industrial Classification Standard: 327320; Small Business Size Standard: 500 employees. (v) List of Contract Line Item Numbers: CLIN 0001 - 5.5 Inch Concrete Slab with dimensions of 45' X 75' for Saylor Creek Range, Qty 75 Cubic Yards CLIN 0002 - Delivery to Saylor Creek Range, Bruneau, Idaho 83604, Qty 1 The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this solicitation. The government reserves the right to cancel this solicitation, either before or after the closing date. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vi) Description of this requirement is: Concrete, 5.5 Inch Concrete Slab with dimensions of 45' x 75' for Saylor Creek Range, Qty 75 Cubic Yards (vii) Period of Performance: No later than 30 September 2016, deliver to Saylor Creek Range, Bruneau, Idaho 83604 (viii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. QUOTE/PROPOSAL INSTRUCTIONS: Quoters shall provide supporting documentation to allow for thorough evaluation of quote. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all line items are priced). Adequate competition is anticipated for this acquisition. The government intends to offer a firm-fixed price purchase order resulting from this combined synopsis/solicitation to the responsible quoter whose quote conforming to the synopsis/solicitation will be most advantageous to the government, price considered. Quoters shall submit firm-fixed pricing for all items requested. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the government. (ix) EVALUATION FACTORS FOR AWARD: The government intends to award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer is the lowest price and meets the requirement, which shall represent best value to the government. Evaluation of price will be based on the offeror's total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Price (all line items shall be priced). The offeror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. The government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The government reserves the right to make no award as a result of this solicitation. (x) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (q) of this provision. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (Deviation 2013-O0019), applies to this acquisition. (xiii) The following provisions and clauses apply to this acquisition: FAR 52.204-19 Incorporation by Reference of Representations and Certifications; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certification; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR52.233-3 Protest after Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.203-7000 Requirements 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 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; DFARS 252.247-7023 Transportation of Supplies by Sea; AFFARS 5352.201-9101 Ombudsman (POC: Lt Col Lateef M. Hynson, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764-4400, Email address: lateef.hynson@us.af.mil. (End of Clause) (xiv) SOLICITATION RESPONSES must be received no later than 4:00 pm Mountain Time 1 July 2016 at 366th Contracting Squadron/LGCA2, Suite 498, Bldg 512, Mountain Home AFB, ID 83648. Mail or e-mail response to ashley.perez.8@us.af.mil. Only an official representative can submit a quote. (xiv) Point of Contact: Ashley B. Perez, Contract Specialist, Ph 208-828-3108; e-mail: ashley.perez.8 @us.af.mil. PLACE OF PERFORMANCE: Saylor Creek Range, Bruneau, Idaho 83604
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F1S16149AW01/listing.html)
 
Place of Performance
Address: Saylor Creek Range, 34528 Clover-Three Creek Rd, Bruneau, Idaho, 83604, United States
Zip Code: 83604
 
Record
SN04169740-W 20160703/160701234120-0a478e96f941124695390ac2065c8eac (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.