SOLICITATION NOTICE
Z -- LOON LAKE PAVEMENT MAINTENANCE
- Notice Date
- 4/21/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- Department of the Interior, Bureau of Land Management, Oregon Region, L OR-STATE OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
- ZIP Code
- 00000
- Solicitation Number
- L09PS00353
- Response Due
- 4/28/2009
- Archive Date
- 5/28/2009
- Point of Contact
- Nunn, Stacia M 503-808-6331, snunn@blm.gov<br />
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial services 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 and a written solicitation will not be issued. The solicitation/reference number is L09PS00353; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-32. This acquisition is a total small business set-aside. The North American Industry Classification System (NAICS) code is 237310. The Product Service Code (PSC) is Z224. The Industry Size Standard is $33.5 Million. The Bureau of Land Management, Coos Bay District Office, is seeking qualified contractors to furnish labor, equipment, supplies, and materials to complete all work listed in these specifications and attached drawings. Work includes the cleaning pavement, sealing of pavement and painting pavement markings. See Attachments for the Schedule of Items, Specifications, Wage Determinations and other supporting documents for details. This procurement is for a firm, fixed-price type contract. Services quoted shall adhere to Specifications dated January 26, 2009, and be fully responsive to satisfy the needs of the Government. The following provisions are in full effect for this solicitation but will not be carried over for the resultant purchase order: Offerors shall comply with all instructions contained in FAR 52.212-1 Instructions to Offerors Commercial: Addendum (a) To clarify, the actual size standard is $33.5 million. (b) (i) Offerors shall provide evidence of its ability to perform this project by furnishing the information required in the Qualifications and Past Performance Statement (outlined below) as well as other required submittals with its quote. (ii) Offerors are cautioned that sufficient information must be presented to enable the Government to evaluate the Contractor's qualifications and past performance in accordance with 52.212-2 Evaluation Commercial Items. (iii) past performance history will be evaluated on a basis significantly more important than cost or price considerations. (e)NOT APPLICABLE. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: Technical capability, past performance and price. Technical capability and past performance, when combined, are more important than price. If the offers are judged to be equal, then price will become the deciding factor. Past performance information may be based on the Governments knowledge of and previous experience with the quoter, or other reasonable basis. The evaluation process shall proceed as follows: Initially, offers shall be ranked according to price. Next, the Government will evaluate, on a pass/fail basis, the Qualifications and Past Performance Statements submitted by the lowest priced offerors to ensure their adherence to the specifications of this solicitation. Using the no more than ten references supplied by each of the interested contractors and the data independently obtained from other Government and commercial sources, the contracting officer will seek performance information on the lowest priced proposal. The assessment process will result in an overall risk rating of very good, satisfactory, neutral, marginal, or unsatisfactory. Offerors with no relevant past or present performance history shall receive the rating "neutral". If the lowest priced evaluated technically acceptable offer is judged to have a very good performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award will be made to that offeror without further consideration of any other offers. The Government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have a performance risk rating of "satisfactory" or lower. In that event, the contracting officer will make an integrated assessment best value award decision. (b)Not applicable. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items shall be completed as noted below and submitted with the quote. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, https://orca.bpn.gov/login.aspx, the offeror shall complete and submit a hard copy with their quote. DIAR 1452.225-70 Use of Foreign Construction Materials. The following provision is included by full text and can be found at http://acquisition.gov/far/index.html, FAR 52.225-10, Notice of Buy American Act RequirementConstruction Materials. 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://acquisition.gov/far/index.html and http://www.doi.gov/pam/aindex.html. The following clauses shall be incorporated into any resultant purchase order by full text: FAR 52.212-4 Contract Terms and Conditions - Commercial Items, FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items with the following filled-in: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)), 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 2003). 52.202-1 Definitions; 52.203-5 Covenant Against Contingent Fees; 52.203-7 Anti-Kickback Procedures; 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity; 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-10 Commencement, Prosecution, and Completion of Work, Alt. 1 with the following fill-in: 5 days; 52.211-18 Variation in Estimated Quantity; 52.215-8 Order of Precedence--Uniform Contract Format; 52.222-6 Davis-Bacon Act; 52.222-7 Withholding of Funds; 52.222-8 Payrolls and Basic Records; 52.222-9 Apprentices and Trainees; 52.222-10 Compliance with Copeland Act Requirements; 52.222-11 Subcontracts (Labor Standards); 52.222-12 Contract Termination-Debarment; 52.222-13 Compliance with Davis-Bacon and Related Act Regulations; 52.222-14 Disputes Concerning Labor Standards; 52.222-15 Certification of Eligibility; 52.222-27 Affirmative Action Compliance Requirements for Construction; 52.223-6 Drug-Free Workplace; 52.225-13 Restrictions on Certain Foreign Purchases; 52.228-2 Additional Bond Security; 52.228-5 Insurance - Work on a Government Installation; 52.228-11 Pledges of Assets; 52.228-13 Alternative Payment Protections; 52.228-14 Irrevocable Letter of Credit; 52.228-15 Performance and Payment Bond Construction; 52.229-3 Federal, State, and Local Taxes; 52.232-5 Payments Under Fixed Price Construction Contracts; 52.232-9 Limitation on Withholding of Payments; 52.232-17 Interest; 52.232-23 Assignment of Claims; 52.232-27 Prompt Payment for Construction Contracts; 52.236-2 Differing Site Conditions; 52.236-3 Site Investigation and Conditions Affecting the Work; 52.236-5 Material and Workmanship; 52.236-6 Superintendence by the Contractor; 52.236-7 Permits and Responsibilities; 52.236-8 Other Contracts; 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements; 52.236-10 Operations and Storage Areas; 52.236-11 Use and Possession Prior to Completion; 52.236-12 Cleaning Up; 52.236-13 Accident Prevention; 52.236-26 Preconstruction Conference; 52.242-13 Bankruptcy; 52.242-14 Suspension of Work; 52.246-12 Inspection of Construction; 52.246-21 Warranty of Construction; 52.248-3 Value Engineering Construction; 52.249-10 Default (Fixed-Price Construction); 1452.203-70 Restriction on Endorsements - Department of the Interior; 1452.204-70 Release of Claims Dept. of the Interior. DIAR 1452.228-70, Liability Insurance, in full text, with the following fill-in: The amounts of the insurance shall be not less than as follows: $500,000.00 each person; $500,000 each occurrence, and $500,000.00 property damage. The following clause is incorporated by full text and can be viewed at http://www.acquisition.gov/comp/far/current/html/52_223_226.html#wp1169273 52.225-9 Buy American Act Construction Materials. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.acquisition.gov/comp/far/index.htm; clauses may be accessed electronically in full text by going to either of these two Internet addresses. DIAR clauses and provisions found in the Department of Interior Acquisition Regulation can be accessed electronically at http://www.doi.gov/pam/aindex.html Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov Contractors are required to submit their DUNS number with their quote. Interested contractors may obtain the complete solicitation package including the Specifications & all Attachments, Quotation Schedule/Schedule of Items, and Wage Determination at: https://www.fedconnect.net/Fedconnect/ or by contacting Stacia Nunn at the email address or phone number below. Interested contractors shall review and/or complete all of the attachments associated with this solicitation in accordance with 52.212-1 & 52.212-2 to be determined a responsive quote. A quote determined to be nonresponsive based upon incomplete or missing data as specified by this solicitation may be discarded as determined by the Contracting Officer. By submission of your quote, you are acknowledging understanding of the Governments requirement, terms and conditions. Quotes shall be received at the Bureau of Land Management, Oregon State Office no later close of business April 28, 2009. Quotes can either be emailed to stacia_nunn@blm.gov, faxed to (503) 808-6312 or submitted through the FedConnect website. The point of contact for this solicitation is Stacia Nunn, Contracting Specialist, (503) 808-6331.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5941feb29e8b5f46c47535001f962808&tab=core&_cview=1)
- Record
- SN01798439-W 20090423/090421221410-5941feb29e8b5f46c47535001f962808 (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 |