SOLICITATION NOTICE
56 -- GRADE B STONE FOR RED RIVER FINN REVETMENT REPAIR
- Notice Date
- 9/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 212311
— Dimension Stone Mining and Quarrying
- Contracting Office
- USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
- ZIP Code
- 39183-3435
- Solicitation Number
- W912EE-10-T-0067
- Response Due
- 9/30/2010
- Archive Date
- 11/29/2010
- Point of Contact
- Brian T. Gladney, 6016315812
- E-Mail Address
-
USACE District, Vicksburg
(brian.t.gladney@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-0067 is being issued as a Request For Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation will be posted for competition as a small business set-aside. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-43. The NAICS Code for this procurement is 212311 (SIC 1411) with a size standard of 500 Employees to furnish and deliver 960 tons of graded B stone meeting the gradation limits prescribed by the attached gradation tables, curves, and plots. All stone shall be delivered by truck to the construction site at the Red River Finn Revetment repairs located approximately 6.5 miles southeast of Fulton, Arkansas. The Contractor shall be prepared to make delivery of the stone within 7 days after notification from the Contracting Officer or Contracting Officers Representative. Drivers shall furnish certified scale tickets to COE personnel upon delivery of each load to the construction site. The Government will provide equipment and personnel to maintain the stockpile. The Contractor shall deliver the stone at a rate of not less than 300 tons per day. The Contractor is responsible for obtaining any required hauling permits for use of county, state, or other public roads. All Graded B stone shall meet the requirements of the attached specifications, (Attachment 1) Section 02540, (Attachment 2) gradation curves for Graded B stone, and (Attachment 3) an approved quarry source list. Placement of the stone during construction will be performed by the Government. Measurement for all stone delivered will be performed by individual load weight measurement using certified scales. Weight tickets shall be provided to the Government representative upon each delivery. The contractor shall provide scale certification documentation prior to commencement of work. The Government will perform periodic inspections of the Contractors certified scales. The stone shall be delivered to a stock pile location within the construction area. The stock pile location is approximately 6.5 miles south east of Fulton, Ark. at coordinates 33 degrees 32 20.80 North and 93 degrees 44 52.91 West. A site visit prior to the closing date of the solicitation may be arranged to identify and mark the exact location of the stockpile area. 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; 52.212-3 Offerors Representations and Certifications- Commercial Items. 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: And the following clauses/provisions within 52.212- 5: 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-13 Contractor Code of Business Ethics and Conduct; 52.219-8 Utilization of Small Business Concerns; 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; 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: DFARS 252.204-7004 ALT A, Central Contractor Registration; DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items; 252.232-7010 Levies on Contract Payments. For additional information please contact your Contracting Agencys representative; the Contracting Officer or the Contracting Specialist. Registering electronically will expedite the registration process. Quotes are due 30 September 2010 not later than 2:00 p.m. at the USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG, MS 39183-3435, ATTN: Brian T. Gladney. For information concerning this solicitation contact Brian T. Gladney at 601-631-5812 or email at Brian.T.Gladney@usace.army.mil. All technical inquiries and questions relating to W912EE-10-T-0067 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 into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter 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 next screen is correct and click continue. From this page you may view all bidder inquiries or add 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 bidder inquiry key is L5OKTT-QHUJRD Bidders are encouraged to submit questions at least 2 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-0067/listing.html)
- Place of Performance
- Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
- Zip Code: 39183-3435
- Zip Code: 39183-3435
- Record
- SN02294153-W 20100925/100923235209-5e0b34093c48a8cd8887f8d24ca4855c (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 |