Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
SOLICITATION NOTICE

56 -- TXDOT Grade 2 Limestone Sabine National Forest and Grasslands in Texas

Notice Date
1/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423320 — Brick, Stone, and Related Construction Material Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Forest Service, R-8 Acquisition Zone West (AZW), 200 S Lamar ST, Suite 500N Box 44, Jackson, Mississippi, 39201, United States
 
ZIP Code
39201
 
Solicitation Number
AG-447U-S-17-0021
 
Archive Date
2/18/2017
 
Point of Contact
Sherra B. Taylor, Phone: 936.639.8523
 
E-Mail Address
staylor01@fs.fed.us
(staylor01@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
I)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 and in accordance with the simplified procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes referencing RFQ AG-447U-S-17-0021. III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. IV) This solicitation is being issued as a total small business set-aside. The associated NAICS code is 423320, Brick, Stone, and Related construction Material Merchant Wholesalers. The small business size standard is 100 employees. V) This combined synopsis/solicitation is for supplying 1,917 tons of TXDOT Grade 2 Limestone to location within Sabine County and 983.96 tons to location within Shelby County. VI) All limestone shall meet TXDOT Grade specifications. VII) Delivery location and amounts is as follows: Precinct 1, 1,917 tons delivered to Tommy Clark, 414 Edwards St., FM 1175, Hemphill, TX 75948; Precinct 2, 983.96 tons delivered to Jimmy Lout, 24971 FM 139, Shelbyville, TX 75973. VIII) FAR 52.212-1 Instructions to Offerors --Commercial Items applies to this acquisition. In addition to written price quotes, offerors are instructed to submit a proposed delivery schedule. IX) FAR 52.212-2 Evaluation -Commercial items, applies to this acquisition. Offers will be evaluated on price and the proposed delivery schedule. 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 and presents the best value, price and other factors considered. X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with their quote or complete the representations online in the System Award Management database, www.sam.gov. 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 Statues or Executive Orders - Commercial Items (JUN 2014) applies to this acquisition. The following clauses under subparagraph (b) apply: 1,2,14,19,25,26,27,28,29,30,31,32,33,34,42,44,45,46,and 56. XIII) Additional contract requirement(s) or terms and conditions: AGAR 452.209 - 70 ASSURANCE REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION (DEVIATION 2012-01) (FEB 2012) (a.) Awards made under this solicitation are subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that - (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer. (3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status For Corporate Applicants. Alternate 1 (FEB 2012) XIV) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. XV) Quotes are required to be received in the contracting office not later than 3:00 P.M. central time, February 3, 2017. Quotes may be emailed to the attention Sherra Taylor, staylor01@fs.fed.us. Quotes should be submitted on the vendor's letterhead and should state the unit price per ton for limestone per delivery location in addition to the total price offer along with a proposed delivery schedule. Only one award will be made and will only be made to a vendor who has an active registration. Please include your DUNS number on your quote for verification of registration in the (SAM), (System for Award Management) database. XVI) Any questions regarding this solicitation should be directed to Sherra Taylor, staylor01@fs.fed.us, or 936-639-8523..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/447U/AG-447U-S-17-0021/listing.html)
 
Place of Performance
Address: Pct. 1 414 Edwards St., FM 1175, Hemphill, TX 75948 and Pct. 2 24971 FM 139, Shelbyville, TX 75973, Hemphill, Texas, 75948, United States
Zip Code: 75948
 
Record
SN04373773-W 20170120/170118234153-70634ae406f4be4822b8fe27341fe36e (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.