Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2011 FBO #3533
SOLICITATION NOTICE

56 -- Aggergate - 2 1/2 Crusher Run, 8' Surge and 12 "Riprap

Notice Date
7/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212321 — Construction Sand and Gravel Mining
 
Contracting Office
MICC - Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L-11-T-0123
 
Response Due
8/1/2011
 
Archive Date
9/30/2011
 
Point of Contact
Mae Snyder, 580-442-8895
 
E-Mail Address
MICC - Fort Sill
(mae.l.snyder@us.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. COMBINED SYNOPSIS/SOLICITATION (I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, 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. (II)This Solicitation W9124L-11-T-0123 is a Request for Quote (RFQ) for Crusher Run, Surge and Riprap in accordance with the Government's requirement. (III)This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-53, effective July 5, 2011. (IV)This is set aside 100% for Small Business and the associated NAICS code is 212321, size standard is 500 employees. CLIN 0001. Aggregate, 2 " Crusher Run, 14,525 Gross Ton, Estimated in actual tons. CLIN 0002 Aggregate, 8' Surge, 550 Gross Ton, Estimated in actual tons CLIN 0003 Aggregate, 12" RIPRAP, 1,370 Gross Ton, Estimated in actual tons (V) The materials will be delivered to Fort Sill Ranges as specified. Delivery shall be on call as needed and made within 24 hours of request. The required material shall be delivered to Fort Sill ranges to include East, West, and Quanah Ranges. One-way delivery distance can range from 1 to 40 miles from Apache Gate. Aggregate material must be uniform in size. Delivery will be on an as-needed basis and made within 24 hours of request. Some materials will be in orders as little as 10 tons/day up to 900 tons/day, and will be delivered in rough or wet terrain. Some orders may require end dump and some orders may require belly dump trailers. Due to occasional rough and uneven terrain, end dump trailer length shall not exceed 24 feet. Deliveries will be made between 7:30 am and 4:00 pm (Monday - Friday). All delivery trucks must enter Fort Sill through Apache Gate off of State Highway 49. Upon entering Fort Sill, drivers must contact the Range Support office for an escort or directions to the delivery site. Range Support phone numbers are 580-442-2904, 580-442-3339, or 580-442-3506. At delivery, drivers must present statement for materials delivered to include Destination, Date of Delivery, Ticket Number, Total Tons Ordered, Total Tons Shipped, Tons Delivered, and Type of Material. All requests will originate through Range Support. Period of Performance is August 1, 2011 through September 30, 2011. (VI) The requirement shall be FFP. (VII) Delivery shall be August 15, 2011 through September 30, 2011. (VIII)The following clause applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors--Commercial items. The following provision is being added as an Addendum: FAR 52.214-31, Bidders may submit facsimile bids as responses to this solicitation. (IX)REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. i.Offerors are to provide a copy of their Offeror Representations and Certifications-Commercial Items. ii.The following clauses apply to this acquisition: FAR 52.204-4 -- Printed or Copied Double-Sided on Recycled Paper. 52.204-7 -- Central Contractor Registration. 52.204-9 -- Personal Identity Verification of Contractor Personnel. 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.222-36 -- Affirmative Action for Workers With Disabilities. 52.223-18 -- Contractor Policy to Ban Text Messaging While Driving. 52.228-5 -- Insurance -- Work on a Government Installation. The following DFAR clauses apply to this acquisition: 252.201-7000 Contracting Officer's Representative. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.204-7003 Control of Government Personnel Work Product. 252.204-7004 Alternate A, Central Contractor Registration. 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country. 252.211-7003 Item Identification and Valuation. 252.232-7010 Levies on Contract Payments. iii.The following clauses will be incorporated into award in full text 52.215-5, 52.252-2, 252.212-7001. iv.The following clause is applicable to this acquisition: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-1, 52.232-18 5252.225-1, 52.225-3 (iii), 52.232-33.252.203-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, 252.243-7002, 252.243-33, and 252.247-7023. In addition, the following DFAR clauses apply to this acquisition: DFARS Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. v.The following provisions will be incorporated into this solicitation by reference: 52.212-1-Instructions of Offerors - Commercial Items. 52.212-3 Offeror Representation and Certifications-Commercial Items. 52.252-1 Solicitation Provisions IBR. 252.209-7001-Disclosure of Ownership of Control by the Government of a Terrorist Country. 252.212-7000-Offeror Representations and Certification-Commercial Items. 252.225-7031-Secondary Arab Boycott of Israel. vii. Variation in Estimated Quantity (Apr 1984) If the quantity of a unit-priced item in this contract is an estimated quantity and the actual quantity of the unit-priced item varies more than 15 percent above or below the estimated quantity, an equitable adjustment in the contract price shall be made upon demand of either party. The equitable adjustment shall be based upon any increase or decrease in costs due solely to the variation above 115 percent or below 85 percent of the estimated quantity. If the quantity variation is such as to cause an increase in the time necessary for completion, the Contractor may request, in writing, an extension of time, to be received by the Contracting Officer within 10 days from the beginning of the delay, or within such further period as may be granted by the Contracting Officer before the date of final settlement of the contract. Upon the receipt of a written request for an extension, the Contracting Officer shall ascertain the facts and make an adjustment for extending the completion date as, in the judgement of the Contracting Officer, is justified. (End of Clause) vi.AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program. the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) vii.DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) a. Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. b. In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. c. Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) (X)CLARIFICATIONS AND ADDITIONAL REQUIREMENTS APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. INSURANCE REQUIREMENTS In addition to any Insurance which may be legally required, the Contractor and any subcontractors shall procure and maintain during the entire period of performance under this contract the following minimum insurance coverage: (See FAR 28.307-2) a. COMPREHENSIVE GENERAL LIABILITY INSURANCE: Bodily injury liability insurance in the minimum limits of $500,000 per occurrence and property damage liability insurance in the minimum limits of $100,000 per occurrence shall be required on the comprehensive form of policy. b. AUTOMOBILE LIABILITY INSURANCE: This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. c. WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE: As required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workman's Compensation Insurance shall extend to cover employer's liability for accidental bodily insurance or death and for occupational disease with a minimum liability limit of $100,000. CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. PAYMENTS In accordance with FAR Clause 52.232-36 "Payment by Third Party," incorporated into this contract by reference by FAR Clause 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items," the following information is furnished: The Government will process payments monthly for services provided under this contract through the Government Purchase Card System. Within 3 working days after the beginning of each month, the Contractor shall submit, simultaneously to the Contracting Officer and to the address in block 15 of the SF 1449, an invoice (one paper copy or an electronic invoice) for the services performed during the preceding month in the format described below. Contractors are encouraged to assign an identification number to each invoice. The Government will confirm items invoiced by the contractor and authorize payment through the Government purchase card system. The Contractor shall furnish the Government a credit card receipt of the transaction within 24 hours of payment authorization. (See block 9 of the SF 1449 or block 6 of the DD 1155 for the mailing address.) Payment by the Government Purchase Card usually occurs within 72 hours of card transaction. Card transaction (payment) will occur at the time of acceptance of services by the Government. Payment may be suspended due to non-conforming supplies/services. The contractor shall maintain the capability to accept the government purchase card during the life of the contract. WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS Contractors are advised: For Invoices use the Invoice/Receiving Report (Combo) type. DO NOT USE: The Fast Pay Option Use the following DoDAAC's when providing invoices and receiving reports. Administered By:W9124L Payment Official:W91WZ7 Issued By: W9124L Ship To:W91WZ7 NOTE: Failure to include the following additional email addresses for the Specialist and Acceptor could result in a delay in payment of your invoice. ACCEPTOR POC: George Ponder ACCEPTOR EMAIL:george.ponder@us.army.mil SPECIALIST EMAIL:mae.l.snyder@us.army.mil For WAWF issues contact: WAWF Customer Service at 1-866-618-5988 / 1-801-605-7095 or by email at cscassig@csd.disa.mil For Receiving Report inquiries contact: Acceptor POC identified above. SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1.NAME AND ADDRESS. 2.CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3.DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). IDENTIFICATION OF CONTRACTOR EMPLOYEES AND VEHICLES Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. CONDUCT OF EMPLOYEES The Contractor's employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Mae Snyder at mae.l.snyder@us.army.mil AND Carmen G. Lee (KO) at email Carmen.lee@us.army.mil No phone calls, email only. Oral explanations will not be binding. COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. (XI)Submission of quotes shall be forwarded by August 1, 2011, 4:00 P.M. CST using either facsimile at (580) 442-8014 or email mae.l.snyder@us.army.mill AND Carmen.g.lee@us.army.mil (XII)The points of contact for this acquisition are Contract Specialist, Ms. Mae Snyder (580) 442-8895, or Contracting Officer, Ms. Carmen G. Lee (580) 442-3424.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ca3247c3d783d07466416bede2de10fd)
 
Place of Performance
Address: MICC - Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN02510313-W 20110728/110726234821-ca3247c3d783d07466416bede2de10fd (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.