Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2010 FBO #3322
SOLICITATION NOTICE

56 -- Ready Mix Concrete for Lake Meredith National Recreation Area near Sanford, Texas

Notice Date
12/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - CHIC - CHICKASAW NATIONAL RECREATION AREA Contracting1008 West 2nd StreetEmail- rosalind_sorrell@nps.gov Sulphur OK 73086
 
ZIP Code
73086
 
Solicitation Number
Q7547110006
 
Response Due
1/11/2011
 
Archive Date
12/27/2011
 
Point of Contact
Rosalind G. Sorrell Contract Specialist 5806227204 rosalind_sorrell@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
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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 requirement is being issued as Request for Quote (RFQ) No. Q7547110006. The FAR clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-46. FAR clauses and provisions are available through Internet access at https://www.acquisition.gov/FAR/. This solicitation is 100% small business set-aside. The North American Industry Classification System (NAICS) code is 327320. The small business size standard is gross annual sales less than 500 employees. A firm fixed price contract will be awarded for these Commercial Items. This acquisition is for the supply and delivery of 260 cubic yards of 3,000 psi ready-mixed concrete with fiber reinforcement and fly ash. Concrete shall be freshly mixed and in an unhardened state. Concrete shall be delivered to the job site with an average of 50 cubic yards per month during the period of January 2011 thru May 2011. Delivery will be requested 24 to 48 hours in advance with an average load of 5 to 15 cubic yards. The slump specification will be given at the time the concrete is ordered. Basis of award will be made considering best value - trade off to the Government. FAR 52.212-2, Evaluation-Commercial Items is applicable.The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: RELVATIVE IMPORTANCE OF EVALUATION FACTORS: a)All evaluation factors other than price, when combined are equal to price. The Government may elect to accept other than the lowest proposal when the perceived benefits of a higher priced proposal merit the additional cost. b)Non-price factors are listed in descending order of performance. PRICE: A price evaluation will be performed to determine the reasonableness of the proposed price. Reasonableness will be determined considering other competitive prices received and comparison to the independent Government estimate. NON-PRICE FACTORS: 1.Past performance Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of Offeror's past performance, and /or references obtained from any other source. Offers are instructed to provide a list of 5 past contracts/projects that they consider similar in nature. List must provide description, $ amount, date, contact name, contact phone number and/or email. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors wishing to respond to this RFQ should provide the office with the following: 1. Offeror schedule pricing shall be provided on plain bond paper with company identification clearly visible. Provide a unit price and total price (including delivery): ItemQuantityUnitUnit PriceTotal Concrete, 3500 psi260cy__________________with fiber reinforcementand fly ash 2. Past performance references as detailed above. 3. Offeror must furnish company name, official point of contact name, DUNS number, TIN number, address, phone and fax number, email address. The following FAR provisions and clauses are applicable to this acquisition: These clauses can be accessed through the website https://www.acquisition.gov/FAR/ 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 152.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.404-8 Annual Representations and Certifications 52.212-1 Instruction to Offerors-Commercial Items52.212-2 Evaluation - Commercial Items52-212-3 Offeror Representations and Certifications - Commercial Item52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Item, and Alt I, and Alt II - applicable "checked" clauses include:52.219-6 Notice of Total Small Business Set-Aside, Alt 1, and Alt II52.223-18 Contractor Policy to Ban Test Messaging While Driving52.225-1 Buy American Act - Supplies52.225-13 Restrictions on Certain Foreign Purchases52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran -Certification52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration52.233-4 Applicable Law for Breach of Contract Claim52.247-34 F.O.B. Destination Contractors are required to be registered in the Central Contract Registration (CCR) government system prior to award to be eligible for government contract - the link can be found at http://www.ccr.gov. Contractors are required to be provide representations and certifications online at https://orca.bpn.gov All questions for this solicitation must be emailed to Rosalind Sorrell at rosalind_sorrell@nps.gov. Offers are due 4 p.m. CST on Tuesday, January 11, 2011, and may be sent by mail or email (no faxes). Mailing address: National Park Service, Chickasaw National Recreation Area, 1008 West 2nd Street, Sulphur, OK 73086. Email address: rosalind_sorrell@nps.gov All responsible sources may submit an offer which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q7547110006/listing.html)
 
Place of Performance
Address: Lake Meredith National Recreation AreaSanford, Texas
Zip Code: 79036
 
Record
SN02350774-W 20101229/101227233444-70a45c9c4bade97bd3c8020426689361 (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.