SOLICITATION NOTICE
56 -- RECOVERY--56--PROJECT NUMBER 107173, CRUSHED STONE ARKANSAS RIVER LEVEE - NORTH BANK PHASE IIPROJECT NUMBER 107174, CRUSHED STONE - ARKANSAS RIVER LEVEE SOUTH BANK ARKANSAS RIVER LEVEE - LOCATION A
- Notice Date
- 11/19/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 212319
— Other Crushed and Broken Stone Mining and Quarrying
- Contracting Office
- US Army Corps of Engineers, Vicksburg District, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-10-T-0006
- Response Due
- 12/6/2009
- Archive Date
- 2/4/2010
- Point of Contact
- Kisha M. Craig, 601-631-5084
- E-Mail Address
-
US Army Corps of Engineers, Vicksburg District
(kisha.m.craig@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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 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. Solicitation No. W912EE-10-T-0006 is being issued as a Request For Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-37. The NAICS Code for this procurement is 212319 (SIC 1429) with a size standard of 500 Employees. THIS REQUIREMENT IS FUNDED UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009, P.L. 111-5. The U.S. Army Corps of Engineers (USACE), Vicksburg District has a requirement to provide all labor, equipment, materials and supplies necessary to furnish and deliver Crushed stone along the Arkansas River Levees North Bank Phase II and South Bank Phase II locations in accordance with the attached specifications and Bidding Schedule (Attachment 1). Evaluation Criteria. The offeror shall be evaluated according to technical capability, past performance and price. Technical capability is defined as documented ability to perform the required work or work of similar scope and complexity; of satisfactory quality, and with timely delivery of services. Ability to perform the work may be demonstrated through documented experience of the company and/or the key personnel and crew who will be performing the work, equipment lists, or other information/documentation of the companys capability. Sufficient information/documentation must be provided for the Government to evaluate the offerors capability. Failure to provide sufficient documentation may cause your offer to be rejected. Past performance must be documented by providing complete contact information of individuals/organizations for whom work was performed of a similar scope and complexity. This contact information must be sufficient to allow the Government to verify satisfactory past performance on contracts of a similar nature, size, scope, and complexity; providing timely delivery and satisfactory quality. Failure to provide sufficient satisfactory past performance information may cause your offer to be rejected. Past performance information of key personnel and crew may be provided if the company has limited or no past performance. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-2 EvaluationCommercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. All offerors must complete annual representations and certifications on-line at http://orca.bpn.gov or present a completed copy of 52.212-3 appropriate for the NAICS Code for this solicitation 212319. The following clauses apply to this acquisition: 52.211-16, Variation in Quantity; 52.212-4, Contract Terms and Conditions Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items also applies to this acquisition. The following clauses included in 52.212-5 are also applicable to this procurement: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009; 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements; 52.219-6, Notice of Total Small Business Set-aside; 52.219-14 Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The following Clauses are also applicable to this acquisition: 252.204-7004 Alt A, Central Contractor Registration, DFARS 252.212-7000 Offeror Representations and CertificationsCommercial Items, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items, 252.232-7010 Levees on Contract Payments; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea. Reporting Requirements. Under Section 1512(c) (4) of the American Recovery and Reinvestment Act of 2009, recipients are to participate in the reporting process. The federal government has established a common framework for recipients to manage a data quality recipient reporting process at www.FederalReporting.gov. Only recipients that received funds under the list of programs subject to recipient reporting will report under these reporting requirements (see link below for the list).Supplement List of Programs Subject to Recipient Reporting. http://www.whitehouse.gov/omb/assets/memoranda_fy2009/m09-21-suppl.pdf. Therefore, recipients should view the webinars at: www.Whitehouse.gov/Recovery/WebinarTrainingMaterials for training/instructions on 1) how to register, 2) how to report the common elements, 3) how to check for data quality, and 4) determine estimates of job impact. Primes must incorporate sub-recipient reporting. Waivers will not be granted for reporting requirements, and non-compliance will be treated as a violation of the award agreement. All recipients will report via www.FederalReporting.gov. For additional information please contact your Contracting Agencys representative; the Contracting Officer or the Contracting Specialist. See Clause 252.204-7004, If you are not registered in the CCR, an award cannot be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Quotes are due 06 December 2009 not later than 4:45 p.m. at the USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG, MS 39183-3435, ATTN: Kisha M. Craig. For information concerning this solicitation contact Kisha M. Craig at 601-631-5084 or email at Kisha.M.Craig@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-10-T-0006/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, Vicksburg District ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Zip Code: 39183-3435
- Record
- SN02007503-W 20091121/091119235809-dc96415e31e317ebbf90d6b8d441b837 (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 |