Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2003 FBO #0652
SOLICITATION NOTICE

56 -- CEMENT: BULK & BAGS

Notice Date
9/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
U.S. Army Joint Munitions Command, ATTN: AMSOS-CCA, Rock Island, IL 61299-5000
 
ZIP Code
61299-6000
 
Solicitation Number
DAAA09-03-R-3047
 
Response Due
9/23/2003
 
Archive Date
11/22/2003
 
Point of Contact
Stephanie Krogman, 309-782-3273
 
E-Mail Address
U.S. Army Joint Munitions Command
(stephanie.krogman@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA 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 b eing requested and a written solicitation will not be issued. This synopsis/solicitation is issued as a request for proposal (RFP) DAAA09-03-R-3047. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-8. This procurement is unrestricted. This procurement is North American Industry Classification System (NAICS) code 327310; small business size standard is 750 employees. Description: Item 0001: Cement, bulk portland, general construction type 1, gray color, without air entraining feature, IAW ASTM C-150-99A, to be unloaded by vendor into silo equipped with four foot high pipe with four inch quick connect. Item 0002: Bagged cement, general construction type 1, gray color, without air entr aining feature, IAW ASTM c-150-99A, packaged in 94 pound plastic lined paper bags. The contracting office anticipates awarding a Requirements Type Contract. Quantity: Item 0001: A minimum quantity of 0 Tons and a maximum quantity of 13,330 Tons (Bulk) Ite m 0002: A minimum quantity of 0 bags and a maximum quantity of 45,500 bags (Bagged). The performance period is 1 October 2003 through 30 September 2004. Delivery is required within 3 days after issuance of a delivery order. FOB destination, Receiving O fficer, McAlester Army Ammunition Plant, 1 C Tree Road, McAlester, OK 74501-9002. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial items applies. The provision at FAR 52.212-2 Evaluation-Commercial Items applies. Award will be made to the low responsive, responsible offeror at a fair and responsible price. Please note: Offerors shall include a completed copy of the following provisions: FAR 52.212-3, and DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their offers. FAR clause 52.212-4 Contract Terms and Conditions Commercial Items applies to this acquisition. FAR clause 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items applies to this acqu isition and the following clauses apply: 52.203-6 Alt I, 52.219-4, 52.219-8, 52.219-9, 52.222-21, 52.222-26, 52.222-35, 52.222-36, and 52.222-37, 52.222-19, 52.225-13, and 52.232-33. DFAR clause 252.212-7001 Contract Terms and Conditions Required to Implem ent Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition and the following clauses apply: 252.205-7000, 252.219-7003, 252.225-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.243-7002, 252.247- 7023, and 252.247-7024. The following full text clauses shall apply: 52.211-16, Variation in Quantity (Apr 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditio ns of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any specified in paragraph (b) below. (b) The permissible variation shall be limited to: 10% percent increase, 10% percent decrease. This incr ease or decrease shall apply to all items. (End of clause) 52.216-18, Ordering. (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities d esignated in the Schedule. Such orders may be issued from 1 October 2003 through 30 September 2004. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) FAR 52.216-19, Order Limitations (Oct 1995) (a) Minimum Order. When the Government requires supplies or servic es covered by this contract in an amount of less than 25 Tons (Bulk) and/or 1,020 Bags (Bagged) the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum Order. The Contractor is not obligated to honor - (1) Any order for a single item in excess of 500 Tons (Bulk) and/or 4,080 Bags (Bagged); (2) Any order for a combination of items in excess of 500 Tons (Bulk) and/or 4,080 Bags (Bagged); or (3) A series of orders from the same ordering office within three days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR), the Government is not required to order a part of any one requirement from the Contractor if the requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within three days after issuance, with written notice stating the Contractors intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire th e supplies or services from another source. FAR 52.216-21, Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities for supplies or services s pecified in the Schedule are estimates only and are not purchased by the contract. Except as this contract may otherwise provide, if the Governments requirements do not result in orders in the quantities described as estimated or maximum in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause o r elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to m ultiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Gover nment activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any qu antity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing the accelerated delivery, the Government may acquire the urgently required goods or service from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The Contract shall govern the Contractors and Governments rights a nd obligations with respect to that order to the same extent as if the order were completed during the Contracts effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 September 2004. (End of clause) This is a DO rated contract regarding the Defense Priorities and Allocations System. The provision at FAR 52.232-18, Availability of Funds applies. The clause at FAR 52.246-15 Certificate of Conformance applies. DFAR clause 252.204-7004, Required Central Contra ctor Registration (Mar 2000) applies. Hours of Operation at McAlester Army Ammunition Plant: Receiving hours at warehouse 8 are from 6:30 a.m. until 3:00 p.m. Monday through Thursday. All shipments must be at main gate (truck gate) on or before 3:00 p.m . No shipments will be accepted after 3:00 p.m. unless prior arrangements have been made. No shipments will be accepted on Friday. The plant is closed on Fridays. The regular workweek is Monday through Thursday, 10 hours a day. The plant will be shutd own 24 December 2003 through 1 January 2004. No shipments will be accepted on these dates. No shipments will be accepted on Government holidays. Government holidays are as follows: New Years Day, Martin Luther King Day, Presidents Day, Memorial Day, In dependence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. If the holiday falls on a Friday or Saturday, the holiday will be observed on Thursday. If the holiday falls on Sunday, the holiday will be observed on the follow ing Monday. 52.0000-4000 03 ELECTRONIC AWARD NOTICE (APR 2002) a. Any contract awarded as a result of this solicitation will be posted to the Army Single Face to Industry (ASFI)/Procurement Notification and/or the Electronic Document Access (EDA) Website (see address below). Paper copies will not be distributed. This is a material condition of the solicitation and by submission of a bid or proposal, the vendor agrees to accept notification of an electronic award transmitted in the manner described above . b. Notice of award to the awardee will be issued only via electronic mail. Vendors who wish to be notified if they received an award as a result of this solicitation must provide their electronic mail address in the space provided below. If the vendor fails to provide an electronic mail address, then a separate notice of award will not be provided and it shall be the sole responsibility of the vendor to periodically check the Federal Business Opportunities (FedBizOpps) web site http://www.fedbizopps.go v or the EDA Web site to determine if he/she has received an award. In this event, the vendors failure to check the FedBizOpps or the EDA Web site in a timely manner shall not be an excuse for failure to perform or grounds for a delivery schedule extensio n. c. Notice of award to unsuccessful offerors shall be issued only via electronic mail from the Contracting Officer or the FedBizOpps/Vendor Notification feature. Vendors who wish to receive an electronic mail notice if they are unsuccessful must provid e an electronic mail address in the space provided below. If the vendor fails to provide an electronic mail address, then a separate notice will not be provided, and it shall be the sole responsibility of the vendor to periodically check the FedBizOpps/Ve ndor Notification or the ASFI/Procurement Notification to determine if an award has been made. In this event, the vendors failure to check these sites to determine if an award has been made shall not constitute grounds for an extension of the ten (10) day protest period allowed by regulation. VENDORS ELECTRONIC (E-MAIL) ADDRESS: _________________ NOTE: For EDA registration guidance and information please go to http://eda.ogden.disa.mil. The registration process will accommodate Contractor and Governmen t users. For FedBizOpps registration guidance and information please go to http://www.fedbizopps.gov. (End of Notice) NOTE: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The full text of a solicitation provision may be accessed electronically at these addresses: http:\\www.arnet.gov/far; http:\\farsite.hill. af.mil; http:\\www.dtic.mil\dfars. Faxed proposals IAW FAR 52.215-5 are acceptable. Fax proposals to (309) 782-8536, Attn: Wayne Cole. Proposals may be mailed to: HQ, JMC, Attn: AMSJM-CCA-IS/Wayne Cole, Bldg. 350, 5th floor, Rock Island, IL 61299-6000 . Issue date is the date this notice is published. Closing Date: 2:00 P.M. CDT, 23 September, 2003.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAA09/DAAA09-03-R-3047/listing.html)
 
Place of Performance
Address: U.S. Army Joint Munitions Command ATTN: AMSJM-CCA-IS, Rock Island IL
Zip Code: 61299-5000
Country: US
 
Record
SN00429496-F 20030910/030908213253 (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 |
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.