SOLICITATION NOTICE
56 -- 56--Delivery of gravel, removal of concrete
- Notice Date
- 7/23/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Contracting & General Services U.S. Fish and Wildlife Service P.O. Box 1306, 500 GOLD SW ROOM 5108 Albuquerque NM 87103
- ZIP Code
- 87103
- Solicitation Number
- 201812Q047
- Response Due
- 8/9/2002
- Point of Contact
- Mary Ann Crafton-Williams Contracting Officer 5052486408 mary_ann_craftonwilliams@fws.gov
- E-Mail Address
-
Email your questions to Point of Contact above or IDEASEC HELP DESK
(IDEAS_EC@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a comblined synopsis/solicitation for commercial materials 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. Solicitation No. 20181-2-Q047 is issued as a Request for Quote (RFQ) and will be awarded as a Purchase Order using simplified acquisition procedures. This acquisition is 100% set-aside for small business. The NAICS Code #212321. The small business size is 500. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. BACKGROUND: The U.S. Fish and Wildlife Service, Imperial NWR, P.O. Box 72217, Yuma, AZ 85365. DESCRIPTION: Please provide your best bid for the following gravel materials and construction supplies as listed. It is recommended that you complete a site visit to Imperial National Wildlife Refuge before offering a bid for the project(s). Gravel delivered must be delivered by belly dump, 10 wheel dump truck or equivalent as required. Delivery must be in a method that allows refuge staff to use refuge road grader and other equipment as the refuge staff directs to complete gravel spreading work. Gravel and other supplies must be priced by the ton and square yard to accomplish a fair bidding analysis. Please provide an itemized bid as missing items will exclude you from consideration. 1. Arizona State DOT grade ABC road gravel or equivalent plus delivery as specified. Gravel will be used to surface farm field roads and dikes. a. surface cover of approximately 50'x100'x3" deep to be delivered at pump platform area. b. surface cover of approximately 70'x50'x3" deep to be delivered at farm field 15 area. c. surface cover of approximately 50'x150'x3" deep to be delivered at shop area. d. surface cover of approximately 2,500'x35'x3" deep to be delivered at Meers Point road. e. surface cover of approximately 3,500'x 25'x3" deep to be delivered at farm field cross dikes at DU-2 ponds. f. 500 tons of Arizona State DOT grade ABC road gravel to be stockpiled near south side of shop. 2. 100 tons of 4"minus rock to be stockpiled at refuge maintenance area. 3. Removal of broken concrete pile in maintenance yard to a disposal site off refuge. 4. Move existing road material pile from maintenance yard to Red Cloud Mine Road (not further than 10 miles). Material will be moved at a pace that refuge staff can accommodate to cover road surface without undue delay and/or restriction to traffic. The provision at FAR 52.212-01, Instructions to Offerors-Commercial Items, and FAR provision 52.212-03 Offeror Representations and Certifications - Commercial Items, the Clause at FAR 52.212-04, Contract Terms And Conditions-Commercial Items, and the Clause at FAR 52.212-05, Contract Terms and Conditions required to Implement Statues or Executive Order-Commercial Items, FAR 52.212-35, Designation of Office for Government Receipt of Electronic Funds Transfer Information, DIAR1452.210-70 Brand Name or Equal, and R2-036 Questionnaire of Bidder's Responsiblility apply to this acquisition. Evaluation of Commercial Items: the Government will award to the responsible offeror who conforms to the solicitation and is considered most advantageous to the Government, based on 1. Past performance; 2. Technical; 3. Price. Past Performance and Tehnical, when combined, are price. FAR clauses can be accessed at the following websites: http://www.arnet.gov/far and http://www.doi.gov/pam/pamare. Vendors wishing to respond to this comblined synopsis/RFQ should provide this office with the following: price quote less trade-in with correct remittance address, and a completed copy of FAR Clause 52.212-03, Offeror Representations and Certifications-Commercial Items. The Offeror agree to hold the prices in the offer firm for 30 calendar days from the date specified for the receipt of offers. Quotes are due no later than 4:00 p.m. (local time), 08/09/02 and should be electronically submitted or mailed to U.S. Fish and Wildlife Ervice (CGS) 500 Gold Ave., SW, Room 5108, P.O. Box 1306, Albuquerque, NM 87103 or faxed to 505-248-6791, attn: Mary Ann Crafton-Williams. For inforamtion contact Mary Ann Crafton-Williams at 505-248-6408.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=FW144852&P_OBJ_ID1=83299)
- Place of Performance
- Address: Imperial National Wildlife Refuge, Yuma County, Yuma, Arizona
- Zip Code: 85362
- Country: USA
- Zip Code: 85362
- Record
- SN00123647-W 20020725/020723213703 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |