Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2004 FBO #0989
SOLICITATION NOTICE

99 -- To provide concrete delivery to Rogers Hollow Test Site, Fort Knox, KY. This request will be awarded as a BPA with a base year and 1 option year. The master call limit will be $300,000 per year and an individual call limit of $50,000.

Notice Date
8/9/2004
 
Notice Type
Solicitation Notice
 
NAICS
327320 — Ready-Mix Concrete Manufacturing
 
Contracting Office
US Army Corps of Engineers, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W22W9K-4155-2266
 
Response Due
8/24/2004
 
Archive Date
10/23/2004
 
Point of Contact
Pamela Kaelin, 502-315-6175
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Louisville
(pamela.l.kaelin@lrl.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The requirement is to provide concrete delivery to Rogers Hollow Test Site, Fort Knox, KY. This request will be awarded as a BPA with a base year and 1option year. The master call limit will be $300,000 per year with an individual call limit of $50 ,000. The contract shall be performed in accordance with the following specifications: 1. Concrete shall have 5,500 PSI compressive strength at 28 days. 2. The mix design will incorporate two options of aggregate size, #57 and #9 KYDOT. 3. An alternate mix design shall consist of 1% steel fibers by volume. This design will incorporate on of the following two options of steel fibers: a. 50 mm length, 1mm diameter 1050 Mpa tensile strength, configuration flat end with round shaft. b. 50.8 mm length, 1mm diameter, 825 Mpa tensile strength, configuration-continuously deformed circular segment. 4. The mix design will facilitate a range from 4 inches to 6 inches slump plus without affecting strength. Mix will arrive on sight with designated slump plus or minus 1 percent. Concrete will be delivered to Rogers Hollow Test Site, Fort Knox, KY. 5. Maximum drum rotation of 220. 6. Concrete shall meet ACI 304R. 7. Concrete must be deposited into forms within 90 minutes after water is introduced into the mix. Concrete must be delivered on location approximately 40 minutes after batching. 8. Concrete temperature shall not exceed 90 degrees F upon delivery. 9. Concrete will be delivered with a minimum of 2 working days notice to batch plant. Placement of concrete will range from 4 CY to 500 CY with a maximum spacing of 15 minutes between trucks if desired by the government. 10. All posted speed limits on Ft. Knox property shall be followed. All traffic laws (special limits, weight limits, bonding of roads, etc.) on country roads accessing Fort Knox shall be the responsibility of the contractor. Specifically, Mount Eden Road shall be bonded and maintained by the contractor damages road. 11. All shipments under this agreement shall be accompanied by delivery tickets or sales slips containing the following information: a. Name of supplier b. BPA number c. Date of Purchase d. Purchase number e. Itemized list of services furnished f. Quantity and unit price g. Date of delivery 12. A summary invoice shall be submitted monthly for all deliveries made during the billing period identifying the delivery tickets covered therein stating the their total dollar value, and supported by receipt copies of the delivery tickets. 13. Please submit quotes as follows: Base Year __________ per Cubic Yard with Steel and __________ per Cubic Yard without Steel. Option Year ___________ per Cubic Yard with Steel and __________ per Cubic Yard without Steel. Provide two references for purposes of documenting past performance. Quotes are due to Pam Kaelin, USACE-LRL-CT-M, 600 Dr. Martin Luther King Jr. Place, Room 821, Louisville, KY 40202 by COB 24 Aug 2004. You may email or fax. The fax is 502-315-6194 and the email is pamela.l.kaelin@lrl02.usace.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; proposals a re being requested and written solicitations will not be issued. The solicitation is issued as a RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This is a Total Small Business Set-Aside for NAICS code 327320 less than 500 employees. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The BPA will be awarded to the responsible offeror whose offer is most advantageous to the Government based on price and past performance; price is approximately equal to past performance. A completed copy of the provision at 52 .212-3, Offeror Representations and Certifications-Commercial Items shall be submitted with the offer. The clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause 52.215-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commerical Items, applies to this acquisition. The additional FAR clauses in this clause 52.219-8, 52.222-26, 52.225-1, 52.232-33, 52.222-41 are applica ble. The clause 52.217-9 Option to Extend the Term of the Contract, applies to this acquisition. The Government may extend the term by written notice to the contractor within 365 days; provided that the Government gives the Contractor a preliminary written not ice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2 years after the issue date. The clause 252.204-7004 Required Central Contractor Registration Alternate A, applies to this acquisition.
 
Place of Performance
Address: US Army Corps of Engineers, Fort Knox Residence Office Rogers Hollow Test Site Fort Knox KY
Zip Code: 40121
Country: US
 
Record
SN00639833-W 20040811/040809212441 (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.