SOLICITATION NOTICE
56 -- Supply and deliver 2,000 tons of Red Granite Crusher Run Trail Gravel
- Notice Date
- 3/9/2011
- 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
- Q7517110022
- Response Due
- 3/25/2011
- Archive Date
- 3/8/2012
- 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) 2005-48. 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 423320. The small business size standard is gross annual sales less than 100 employees. A firm fixed price contract will be awarded for these Commercial Items. This acquisition is for the supply and delivery of 2,000 tons of 1 inch crushed RED granite. General Requirements for Red Granite Crusher Run: 100 percent passing the 1'' sieve. The aggregate base course material shall consist of an intimate mixture of graded aggregate, coarse and fine, and shall be practically free from vegetable or other deleterious substances. Fine aggregate shall be sand, stone dust, or other inert finely divided mineral matter. Inspection of the proposed material will be performed by the Contracting Officer's Representative from a stockpile sample upon which a test will be conducted before it is accepted, to ensure reasonable uniformity and acceptability. No substitution of materials shall be made without the prior approval of the Contracting Officer. Delivery to commence on or around April 11, 2011, and to be completed by July 31, 2011. Material shall be delivered on a "will call" basis, between the hours of 9:00 a.m. and 3:00 p.m. Monday through Friday, with a minimum order of 20 tons. Delivery schedule is approximately 200-400 tons daily, as needed and scheduled with the Contracting Officer's Representative on-site. Place of Delivery within Chickasaw National Recreation Area (tonnage shown is approximate): Red Granite Crusher Run: Platt District exercise/bromide area - 1,000 tons1/8 mi south of Sulphur on U.S. Hwy 177 The Point - 300 tons5 miles south on Cooper Memorial Drive Buckhorn - 700 tons 3 miles south on U.S. Hwy 177, 2 miles west Government reserves the right to change location of delivery within Chickasaw National Recreation Area with no additional expense to the contract. 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: RELATIVE 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): ItemQuantity UnitUnit Price Total Supply and deliver1" crushed red granite2,000tons___________________ 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, March 25, 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/Q7517110022/listing.html)
- Place of Performance
- Address: Chickasaw National Recreation AreaSulphur, Oklahoma
- Zip Code: 73086
- Zip Code: 73086
- Record
- SN02396495-W 20110311/110309234210-da4927f55c724c56160ecd821d590ccf (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 |