Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2004 FBO #0878
SOLICITATION NOTICE

56 -- Rock, Rock Salt, Sand and Salt

Notice Date
4/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
212311 — Dimension Stone Mining and Quarrying
 
Contracting Office
ACA, NRCC, Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
 
ZIP Code
66027-1417
 
Solicitation Number
W91QF4-04-B-0001
 
Response Due
5/12/2004
 
Archive Date
7/11/2004
 
Point of Contact
FRANK SHARSHEL, 913-684-1625
 
E-Mail Address
Email your questions to ACA, NRCC, Fort Leavenworth
(FRANK.SHARSHEL@LEAVENWORTH.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
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 solicitation, W91QF4-04-B-0001, is issued as an Invitation for Bids (IFB), and is unrestricted. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15 and DFARS Change Notice 20020531. The associated NAICS code is 212311 and small business size standard applicable to this procurement is 500 employees. This acquisition is unrestricted. *****The Directorate of Contracting (DOC), Ft. Leavenworth, KS has a requirement for Rock, Rock salt, and Sand for Ft. Leavenworth, KS. The government will request Supplies by issuing a Delivery Order with the nominating quantity of Rock, Rock salt, and or Sand as needed. In accordance with Federal Acquisition Regulation 52.216-1 Type of Cont ract, the Government anticipates award of a Firm Fixed Price Requirements Type contract, with contract to begin 01 June 2004 or within sixty (60) calendar days upon receipt of contract award for the period of one year from date of award. Acceptance is by the Directorate of Installation Support, Ft. Leavenworth, KS. In accordance with Federal Acquisition Regulation 52.214-5 Submission of Bids, and 52.214-12 Preparation of Bids, offerors should submit with their bid: (1) Cost proposal which shows proposed unit price per item, (2) extended price for the quantity of each item, (3) Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items (MAY 2002), and Alternate I (APR 2002); (4) Contractors Duns and Bradst reet (DUNS) number; (5) Contractors Cage Code; and (6) An affirmation that it has an active registration on the Central Contractor Registration (CCR), which is at the website www.ccr.gov. Contract Line Item Number (CLIN) 0001 Salt and Sand, ESTIMATED QUANT ITY 1,000 METRIC TON, 1-1 Mix. Shall be free of foreign materials, in a free flowing granular form, suitable for deicing of streets. The mix shall consist of 50% sand and no less than 50% salt, with no more than 10% variance. CLIN 0002 Salt, Rock, Bulk Med ium. ESTIMATED QUANTITY IS 500 METRIC TON. Shall be free of foreign materials, in a free- flowing granular form. Suitable for deicing streets. CLIN 0003 Sand, Clean, Ice control, ESTIMATED QUANTITY IS 1,500 METRIC TON. Shall be free of foreign materials such as dirt and pebbles in excess of 1/8 inch in a free flowing granular form. Ice-control type sand that is suitable for the use on streets for ice conditions. CLIN 0004 Rock, AB-3, ESTIMATED QUANTITY IS 1,000 METRIC TON. Shall consist of 50% aggregate a nd 50% Lime dust. Minimum aggregate size ???? inch. Maximum aggregate size 1 inch. CLIN 0005 Rock screened 2 1/2inch, ESTIMATED QUANTITY IS 500 METRIC TON. Aggregate shall be screened so as to be free of lime dust. Minimum aggregate size 1 inch. Maximum ag gregate size 2 ???? inch. CLIN 0006 Rock, Ditch liner, Screened 8 inch, ESTIMATED QUANTITY IS 300 METRIC TON. Aggregate shall be screened so as to be free of lime dust. Minimum aggregate size is 4 inch, Maximum aggregate size 9inch. CLIN 0007 Rock, Screene d ???? inch, ESTIMATED QUANTITY IS 1,000 METRIC TON. Aggregate shall be screened as to be free of lime dust. Minimum aggregate size ???? inch. Maximum aggregate 1inch. Provisions and Clauses incorporated by Reference, and Full Text of the Provisions and Cl auses may be accessed electronically at these addresses: http://www.arnet.gov/far; or http://farsite.hill.af.mil; The following provisions and clauses apply to this acquisition/solicitation: FAR 52.211-16 Variation in Quantity (April 1984) The permissible variation shall be limited to : 10 percent increase, 10 percent decrease, This increase or decrease shall apply to amount of the delivery order. FAR 52.211-17 Delivery of excess quantities (SEP 1989) The Gov??????t may retain such excess quantities up to $250.00. Quantities in excess of $250.00 will at the option of the government either be r eturned at the contractors expense or retained and paid for by the government at the contract price. FAR 52.212-1 Instructions to Offerors, Commercial Items (OCT 2000); FAR 52.212-4 Contract Terms and Conditions, Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of or Executive Orders, Commercial Items (MAY 2002) applies to this acquisition, to include the following subparagraphs; FAR 52.203-6; Restrictions on Subcontractor Sales to the Government, FAR 5 2.219-8 Utilization of Small Business Concerns; FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers With Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Ve terans of the Vietnam Era, and Other Eligible Veterans (DEC 2001);FAR 52.222-19, Child Labor (SEP 2002); FAR 52.225-5, Trade Agreements; FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUL 2000);FAR 52.225-16, Sanctioned European Union Country Se rvices; FAR 52.232-33, Payment by Electronic Funds Transfer, Central Contractor Registration (MAY 1999)]; FAR 52.232-36, Payment by third party (MAY 1999): FAR 52.233-3 Protest After Award (AUG 1996); FAR 52.237-2 Protection of Government Buildings, Equipm ent, and Vegetation (APR 1984);FAR 52.216-18 Ordering: Any supplies are services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 01 June 2004 through 31 May 2005. (Oct 1995); 52.216-19 Ordering Limitations Min Order 10 Tons, Maximum order. The contractor is not obligated to honor any order for a single item in excess of 500 Tons any order for a combination of items i n excess of 5000 tons, or a series of orders within 7 days that together calls for quantities exceeding the limitations (OCT 1995); FAR 52.216-21 Requirements Contractor shall not be required to make any deliveries under this contract after 7 JUNE 2005(OCT 1995); FAR 52.223-11 Ozone-Depleting Substances (MAY 2001); FAR 52.233-2 Service of Protest Chief, Supply and Services, 600 Thomas Avenue, Unit 3, Room 254, Fort Leavenworth, Kansas 66027-1417.(AUG 1996) Far Clauses 52.204-4 Printed or Copied Double Sided on Recycled Paper (AUG 2000); FAR 52-211.15 Defense Priority and Allocation Requirement (SEP 1990); FAR 52.214-34 Submission of offerors in the English Language (APR 1991); FAR 52.214-35 Submission of offerors in U.S. Currency (APR 1991); FAR 52.223-3 Haz ardous Material (JAN 1997); FAR 52.232-17 Interest; FAR 52.242-13 Bankruptcy (JUL 1995); FAR 52.253-1 Computer Generated Forms (JAN 1991); FAR 52.252-1 Solicitation Provisions Incorporated by Reference http://www.arnet.gov/far. (FEB 1998); FAR 52.252-2 Cl auses Incorporated by Reference http://arnet.gov/far (FEB 1998); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JULY 2002), to include the followin g subparagraphs; FAR 52.203-3 Gratuities (APRIL 1984); DFAR 252.225-7001 Buy American Act and Balance of Payment program (MAR 1998); DFARS 252.225.7007 Buy American Act-Trade Agreements??????Balance of Payments Program (SEP 2001); DFARS 252.225-7012 Prefer ence for Certain Domestic Commodities (APR 2002);DFARS 252.225-7036 Buy American Act??????North American Free Trade Agreement Implementation Act (MAR 1998); DFA RS 252.243-7002 Certification of Request for Equitable Adjustment (MAR 1998); DFARS 252.247-7023 Transportation of Supplies by Sea (MAY 2000);DFARS 252.204-7001 Commercial and Government Entity (GAGE) Code reporting (AUG 1999); DFARS 252.204-7003 Control o f Government Personnel Work Product (APR 1992); DFARS 252.204-7004, Required Central Contractors Registration (NOV 2001); DFARS 252.209-7001 Disclosure of Ownership or controlled by the Government of a Terrorist Country (MAR 1998); DFARS 252.209-7002 Discl osure of Ownership Or Controlled By A Foreign Government (SEP 1994); DFARS 252.225-7000 Buy American Act??????Balance of Payments Program Certificate (SEP 1999); DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 1991); DFARS 252.225-7035 Buy American Act??????North American Free Trade Agreement Implementation Act??????Balance of Payments Program Certificate (MAR 1998); DFARS 252.225-7037 Duty Free Entry??????Eligible End Products (AUG 2000). DFARS 252.243-7001 Pricing of Contract Modifica tions (DEC 1991). The following Ft. Leavenworth, KS local clauses are applicable: 52.217-4087 Basis of Award is All or None; 52.217-4081 Safety and Accident Prevention - In performing work under this contract the Contractor shall a. Conform to the specifi c safety requirements established by this contract; b. Comply with the safety rules of the Government installation that concern related activities not directly addressed in this contract; c. Take all reasonable steps and precautions to prevent accidents a nd preserve the life and health of Contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and d. Take such additional immediate precautions as the Contracting Officer may reasonably require fo r safety and accident prevention purposes; 52.217-4600 Restricted Access to Military Installation - A. The work to be performed under this contract is located on the Fort Leavenworth military installation. As of January 1, 2002, the installation will ins titute 100% controlled access. Controlled access means there will be military police located at the entry gates. Vehicles entering the installation may be subject to stop and search procedures. At times of increased security alerts, control may be incre ased or access may be restricted completely. Some gates may be closed during periods of the day or night. B. The Contractor may be responsible for furnishing to each employee, and for requiring each employee engaged on the work, to display or possess ide ntification as may be approved and directed by the Contracting Officer. All prescribed identification shall immediately be delivered to the Contracting Officer for cancellation upon the release of any employee. C. Contractors shall obtain a vehicle regi stration pass for each contractor vehicle and for each contractor-employee??????s private vehicle brought onto the installation. To register a vehicle, the operator will be required to provide proof of vehicle registration, driver??????s license and proof of insurance. Passes issued to contractors and their employees are valid for 90 days and must be renewed upon expiration. D. Prior to vehicle registration, contractors shall provide a roster of all employees?????? names that will access the Fort durin g the performance of the contract. That roster shall be provided to the Contracting Officer and to the PMO. That roster shall be subsequently updated by the contractor as changes occur and provided to the Contracting Officer and to the PMO. Deliveries sh all be made Monday through Friday (legal holidays excluded) 8:00 a.m. to 3:00 p.m. All deliveries shall be made to DIS Bldg. 237. Contractor shall initially report to the DIS) Directorate of Installation Support) Equipment and Grounds Office, Bldg 237, 735 West Warehouse Road, Fort Leavenworth, KS. The contractor shall then present the delivery tickets (Delivery ticket at a minimum shall have name of contractor, contract number, Date of call, Call number of Delivery order number, and Itemized list of supplies by CLIN number). Method of Delivery. Quantities shall be delivered by the contractor in any style of State and federal Highway approved Dump truck. Weight Ti ckets. All deliveries must have a weight ticket that shows the empty and loaded weight of the truck making the delivery. All weight tickets shall be delivered to DIS, Bldg 237 when delivery is made. 52.217-4086 Time of Delivery items shall be delivered wit h 7 working days of receiving the order. 52.217-4516 Legal Public Holidays New years day, Martin Luther Kings Birthday third Monday in January, Presidents Day Third Monday in February, Memorial Day Last Monday in May, Independence Day 4 July, Labor Day Fir st Monday in September, Columbus Day Second Monday in October, Veterans?????? Day 11 November, Thanksgiving Day Fourth Thursday in November, Christmas 25 December. 52.217-4089 Save Harmless & Indemnity The contractor shall save and keep harmless and shall indemnify the government against any and all liability, claims, demands and costs, of whatever kind and nature, for injury to or death of any person or persons and for the loss or damage to any property (government or otherwise) occurring in connection wit h or in any way incident to or arising out of performance by the contractor. All interested, responsible firms should submit bids (Original Plus One Copy of Bid and Applicable documentation IAW FAR 14.201-6) no later than 2:00 P.M. (CST), 12 MAY 2004, to t he following address: Attn: Frank V. Sharshel, Directorate of Contracting, 600 Thomas Avenue Unit 3, Ft. Leavenworth, KS 66027-1417. Questions in regards to this Bid should be directed to Frank V. Sharshel, (913) 684-1625 or email sharshef@leavenworth. army.mil Faxed quotes will NOT be accepted. Copies of above reference clauses are available at http://www.arnet.gov/far/ Please note that any amendments to this Solicitation shall be processed in the same manner as this Synopsis/Solicitation. If you woul d like a copy of the solicitation, please call or email me and I will be happy to email one to you that way you will have the bid schedule to work off of. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items for found at http://web1.whs.osd.mil/icdhome/SFOFFORM.HTM for use in preparation of bids for submission. Contractors must be registered in the Central Contractor??????s Registration database (www.ccr.gov) prior to the award of any Government Contract .
 
Place of Performance
Address: ACA, NRCC, Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
Zip Code: 66027-1417
Country: US
 
Record
SN00569350-W 20040422/040420211931 (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.