Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2009 FBO #2923
SOLICITATION NOTICE

56 -- RECOVERY--56--PROJECT NUMBER 107235, Yazoo Backwater Levees MS

Notice Date
11/23/2009
 
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-0011
 
Response Due
12/11/2009
 
Archive Date
2/9/2010
 
Point of Contact
Leah McCain, 601-631-7905
 
E-Mail Address
US Army Corps of Engineers, Vicksburg District
(leah.b.mccain@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - PER FAR 5.7 THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY; THEREFORE FAR 5.203 DOES NOT APPLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTOR(S) UNDER THE CURRENT CONTRACT NUMBER(S): PROJECT NUMBER 107235, Yazoo Backwater Levees MS 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; quotes are being requested and a written solicitation will not be issued. Solicitation Number W912EE-10-T-0011 is being issued as a Request for Quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation is set aside for HUBZone small business concerns. Only one award will be made from this solicitation for Crushed Stone under the provisions of this contract. 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. 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 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. The SIC Code is 1429 with a size standard of 500 employees. NOTE: THIS REQUIREMENT IS FUNDED UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009, P.L. 111-5. REFERENCE PROJECT NUMBER: 107235. The USACE, Vicksburg District has a requirement to provide all labor, equipment, materials and supplies necessary to furnish and deliver Crushed stone to locations along the Yazoo Backwater Levee in the State of Mississippi in accordance with the attached specifications: See Attachment 1, Specifications. This procurement may be quoted as follows: See Attachment 2, Bidding Schedule. Also see attachment 3 Gradation Curve Form and attachment 4 Quarry Locations. The following FAR Clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation Commercial Items; FAR 52.212-3, Offeror 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 for this solicitation. The following clauses and provisions are incorporated. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, and the following clauses cited within that clause: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, Alternate II (APR 2009); FAR 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003); FAR 52.222-3, Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. The following clauses are also applicable to this acquisition: DFARS 252.201-7000, Contracting Officers Representative (DEC 1991); DFARS 252.204-7004, Central Contractor Registration; DFARS 252.212-7001, Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisition of commercial items. 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 (MAR 2009), and 52.204-11, American Recovery and Reinvestment Act Reporting Requirements (MAR 2009). CCR registration is necessary. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the acquisition process. Quotes are due 11 December 2009 not later than 4:00 p.m. to U.S. Army Corps of Engineers, ATTN: Leah B. McCain, 4155 East Clay Street, Vicksburg, MS 39183. Quotes may also be sent via email to: Leah.B.McCain@usace.army.mil. For information concerning this solicitation, contact Leah B. McCain at (601) 631-7905; email: Leah.B.McCain@usace.army.mil ; fax: (601) 631-7261. 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. TECHNICAL INQUIRIES AND QUESTIONS : All technical inquiries and questions relating to W912EE-10-T-0011 are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register in the system. To self-register go to web page, click BID tab, select Bidder Inquiry, select agency USACE, enter Bidder Inquiry Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on the next screen is correct and then click continue. From this page you may view all bidder inquiries or add an inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-10-T-0011. The Bidder Inquiry Key is: YTB85K-RWN6LM. Bidders are encouraged to submit questions at least 5 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. For help with the ProjNet system; the call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-10-T-0011/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
 
Record
SN02009706-W 20091125/091123235739-3b906e153a98fe1d8b5e5aefdaa04426 (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 |
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.