SOLICITATION NOTICE
56 -- Delivery of Sand/Clay Mix for road base Repair.
- Notice Date
- 3/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NER - GETT Gettysburg National Military Park, Administration 1000 Biglerville Road Gettysburg PA 17325
- ZIP Code
- 17325
- Solicitation Number
- Q4190100050
- Response Due
- 3/19/2010
- Archive Date
- 3/5/2011
- Point of Contact
- Kever L.Swafford Contract specialist 7173343139 KSwafford@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. Classification Code:5610 - Construction materials, Bulk 2. NAICS Code: 212321 Construction Sand and Gravel Mining 3. Solicitation Number: Q4190100050 4. Notice Type: Combined Synopsis/Solicitation 5. Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 Streamlined solicitation for commercial items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 6. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. 7. This action is being set aside for small business participation. 8. BID SCHEDULE Sand/Clay Fill for Road Base4200 cubic yards (estimated) Price per cubic yard$_______________________ Specifications:The Sand/Clay mix will be used as the base material for parking lots and roads. The delivery of the sand/clay mix must be completed in a prompt manner at the request of the National Park Service between: March 26, 2010 and April 15, 2010. -Sand and Clay mix must be suitable for road base construction. The material must have the properties to compact to construct a base for roads and parking lots - The material shall be free of foreign materials such as processing waste, stones, gravel, glass etc.-The Contractor shall submit a sample of material to COTR for approval before making any deliveries.-The vendor shall delivery the material on site as requested by the NPS.-The NPS will reserve the right to reject any material that is deemed unsuitable for use. The cost of shipping must be included in the price. A sample of the clay/sand mix must be provided and approved by the Contracting Officer's Technical Representative COTR prior to acceptance and approval of delivery. The COTR reserves the right to reject any subsequent delivery of products that does not meet this specification or is otherwise unsuitable for use. The supplier will be responsible for completely removing from the project site any product that is rejected by the COTR. The supplier must be able to deliver 4,200 cubic yards of clamshell upon request between March 26, 2010 and April 15, 2010. Due to limited space there is no room for stock piling on site the material must be delivered as needed by the National Park Service. The sand/clay mix must be delivered to the project site in the Tom's Cove District of Assateague Island National Seashore, located on the oceanfront beach within the Chincoteague National Wildlife Refuge, near Chincoteague, Virginia. The sand/clay mix must be dumped at the specific location on the beachfront as designated by the COTR at the time of delivery. POC for delivery is Jack Williams 757-990-1870. Award shall be made to the offeror whose quote offers the lowest priced, technically acceptable offer to the Government. The following FAR provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Item (June 2008). Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR). FAR 52.212-2 Evaluation Commercial Items (Jan 1999). FAR 52.212-3 (Feb 2009), Offerors Representatives and Certification-Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2008). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (Feb 2009), FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)(15 U.S.C. 644), FAR 52.219-28 Post Award Small Business Program Rerepresentation (JUN 2007)(15 U.S.C. 632(a)(2)), FAR 52.222-3 Convict Labor (JUN 2003)(E.O.11755), FAR 52.222-19 Child Labor Cooperation with Authorities and remedies (JAN 2004)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002)(E.O.11246), FAR 52.222-36 Affirmative Action for Special Disable and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.225-1 Buy American Act-Supplies (Feb 2009), FAR 52.225-2 Buy American Act-Certificate (Feb 2009), FAR 52.225-13 Restrictions on certain Foreign Purchases (Feb 2009), FAR 52.232-33 Payment of Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 12. Additional clauses incorporated in this acquisition by reference include: FAR 52.203-2 Certificate of Independent Price Determination (APR 1985), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006), FAR 52.253-1 Computer Generated Forms (JAN 1991). 13. Offers may be submitted on company letterhead or stationary and must include the following information: Company name, contact information, DUNS Number, CAGE Code, unit price, payment terms and discount offered for prompt payment and must include the required FAR 52.212-3 Offeror Representations and Certification Commercial Items (Feb 2009) of which copies can be obtained by downloading the document from www.arnet.gov/far. 14. When quoting, please refer to Solicitation Q4190100050. Point of contact is Kever L. Swafford at 717-334-3139 or via e-mail: kever_swafford@contractor.nps.gov Closing date and time for receipt of quote is Friday, March 19, 2009, at 04:00 pm, Eastern Standard Time. Contractors may fax quotes to (717)334-6871 or mail hard copies to Gettysburg National Military Park, Administration, 1000 Biglerville Road, Gettysburg, PA 17325. Copies of FAR Clause 52.212-3 may be accessed via the Internet at www.arnet.gov/far. A formal notice of changes, if applicable will be issued in the FedBizzOpps (www.eps.gov) via an amendment(s). Copies of clause 52.212-3 will be provided upon offeror's request. 15. Should you have any questions, please contact Kever L. Swafford at 717-334-3139 or via e-mail: kever_swafford@contractor.nps.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q4190100050/listing.html)
- Place of Performance
- Address: Assateague Island National Seashore7206 National Seashore Lane
- Zip Code: 21811
- Zip Code: 21811
- Record
- SN02084469-W 20100307/100305235614-de7dcbc25e5d1a023f25f46b7712e6a7 (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 |