SOLICITATION NOTICE
56 -- #610 Limestone Gravel for FWS CTR LA RFGS COMPLX
- Notice Date
- 6/15/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 212312
— Crushed and Broken Limestone Mining and Quarrying
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GR1875 CENTURY BOULEVARDSUITE 310AtlantaGA30345-3310
- ZIP Code
- 30345-3310
- Solicitation Number
- 0040043973
- Response Due
- 7/2/2012
- Archive Date
- 8/1/2012
- Point of Contact
- constance_fields@fws.gov
- E-Mail Address
-
Contract Inquires
(constance_fields@fws.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- I. Solicitation number 0040043973 is issued as an invitation for request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. II. This procurement is for #610 limestone located at the Fish & Wildlife Service (Grand Cote National Wildlife Refuge) in/near Marksville, Louisiana. III. 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. IV. This requirement is being procured in accordance with FAR Part 12, Acquisition of Commercial Items and an award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award. V. This action is being solicited as a small business set-aside. A firm-fixed price commercial order will be issued. NAICS Code: 212321, Size Standard: 500 employees VI. Offerors are cautioned that a warranted Contracting Officer is the only authorized Government representative to make any contractual changes once an award is made. No oral statement of any person whomsoever shall, in any manner or degree modify or otherwise affect the terms of this Purchase Order. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the Purchase Order price to cover any increase in costs incurred as a result thereof. The CO for this order is bryan_hagood@fws.gov. VII. Contracting Officer Representative: Authorized Government Point of Contact for this order is Diane Laborde at diane_laborde@fws.gov. He/she/they shall not, however, have the authority to make any changes in the purchase order. (a.) RFQ due date: July 2, 2012 (b.) RFQ due time: 1:00 PM; Local Eastern Time (c.)The anticipated award date is July 10, 2012. Please do not request award status prior to this date. VIII. Description: (a.) Line Item 0010: #610 Crushed Limestone (b.) Quantity: 2500 Tons (c.) This work entails furnishing all necessary management, supervision, labor, materials, and equipment to supply 2,500-tons of #610 of 1 1/2 inch, crushed limestone for 6 inch tail gate spread with a minimum of 10 tandem axle trucks per day for delivery. The contractor shall ensure total for all amounts supplied does not exceed the amount noted in the contract line items. IX. Delivery Requirements: Once delivery begins, the Contractor shall deliver at a rate of not less than 10 tandem axle trucks per day during regular working hours. Delivery will be to several identified roads on Grand Cote National Wildlife Refuge, located near Marksville, Louisiana. All deliveries will occur within an active jobsite or staging area that will accommodate highway compliant vehicles, required delivery trucks, etc. Drivers shall furnish certified scale tickets to FWS/government personnel upon delivery of each load to the delivery site. Required commencement date for delivery is on or about July 16. Last day for delivery is August 20, 2012. For inquires on delivery site details and specifications, contact is diane_laborde@fws.gov. NOTE: It is the Contractors responsibility to visit the site prior to bidding and know existing delivery and dumping conditions. X. Local conditions (bridge restrictions, weather conditions, water levels, road flooding, etc.) that may affect delivery: None. Contractor shall coordinate deliveries (including hours of delivery) with COR/Site Representative 48 hours in advance. XI. CCR & ORCA Registration - A prospective awardee shall be registered in the Central Contractor Registration (CCR) database prior to award. Information on registration may be obtained via the Internet at: http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. It also required that any contractor doing business with the government under contract is required by to be registered in ORCA. All vendors must complete the electronic version of the Online Representations and Certifications (ORCA) at: http://www.bpn.gov and clicking on the Online Reps and Certs Application. Failure to do so will render your offer non-responsive. Telephone quotes will not be accepted. All quotes must be received at this office no later than July 2, 2012, 1:00 PM Local Eastern Time. XII. Quotes shall be emailed to constance_fields@fws.gov or faxed via 404-679-4057. Attention to: Constance Fields. Please reference/subject: solicitation number and #610 Crush Limestone Grand Cote National Wildlife Refuge. Quotes should be attached document that is either Microsoft Word 97 compatible or PDF. XIII. All questions regarding this solicitation must be emailed to constance_fields@fws.gov; no later than June 21, 2012 by 1:00 PM local eastern standard time. XIV. All interested Contractors shall provide a quote as follows: (1)There is no SF 1449 available for submitting quote. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but at the minimum include the following information: (2) Line Item 0010: #610 Crushed Limestone Price per Ton $________; Total Price $_______; (3) Company's name, point of contact, address, phone number, fax number, email address, solicitation number, item Description/Specification (Descriptive literature if applicable), total price (itemize price per ton with final total price),and approximate daily delivery schedule ( include number of trucks, amount to be delivered, and total number of days to complete requirement). Price(s) should be for FOB Destination. (4) A list of three (3) most recent past performance references for a similar purchase including name/point of contact, address, phone number, and email address; (5) Statement confirming registration in CCR and ORCA to include expiration date, cage code, DUNs number, and taxpayer ID number; NOTE: Any quotes not received by the due date and time specified in this synopsis/solicitation will be rejected. Additionally, any incomplete quote not containing the required information as stated in this solicitation will also be rejected. NOTE: The final quoted price(s), both total and individual, MUST include all applicable fees, gratuities, commissions, service charges, etc. THE FEDERAL GOVERNMENT IS TAX EXEMPT. XV. Provisions, Clauses, and Additional Requirements: FAR 52.252-1 Solicitation Provisions Incorporated by Reference. (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm FAR 52.252-2 Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm DIAR 1452.201-70 Authorities and delegations. (SEP 2011) The terms and conditions to this cause are determined by the contracting officer to be necessary for this acquisition and consistent with customary practices. FAR 52.212-1 Instructions to Offerors - Commercial Items. (FEB 2012) The terms and conditions for this provision applies to this acquisition with addendums found within the solicitation guidelines. FAR 52.212-2 Evaluation - Commercial Items. (JAN 1999) The terms and conditions for this provision applies to this acquisition with addendums found within the solicitation guidelines. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. (APR 2012) The terms and conditions for this provision applies to this acquisition with addendums found within the solicitation guidelines. FAR 52.212-4 Contract Terms and Conditions - Commercial Items. (FEB 2012) The terms and conditions for this provision applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (APR 2012) The terms and conditions for this provision applies to this acquisition with addendums as follows: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (23) 52.219-28, Post Award Small Business Program Representation (APR 2012) (15 U.S.C. 632(a)(2)). (26) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAR 2012) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). (29) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). (E.O. 13513). (39) 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d). (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). (47) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). (a) Quote submission: All quotes submitted shall be good for 30 days after RFQ closed date. (b) Limited Area: Contractors wishing to bid on this posting must reside within a 60 mile radius of Marksville, LA, zip code 71351, in order to be deemed responsive. Vendors outside of the 60 mile radius area, with suppliers who are inside of the 60 mile radius area required for this posting, may submit a bid. Include local vendors name, vendor representative name, address, email address, and phone number in quote. (c) New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. (d) DOI Policy: Electronic Invoicing and Payment Requirements Internet Payment Platform (IPP) (September 2011) - Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). (f) "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. (g) Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Company letterhead invoice and other supporting documents. (h) The Contractor must use the IPP website to register, access, and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. (i) If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. Reference website for policy and supporting documentation: http://www.doi.gov/archive/pam/DIAPR_2011-04_Amendment_2.pdf. Preference will be given to those that are able to receive payment through IPP. (j) Evaluation Criteria/Basis of Award: Pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified in the Buy Terms, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. (End of Synopsis /Solicitation)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/0040043973/listing.html)
- Place of Performance
- Address: Grand Cote National Wildlife Refuge401 Island RoadMarksvilleLA71351USA
- Zip Code: 71351
- Zip Code: 71351
- Record
- SN02777894-W 20120617/120615235633-6cba2643e1d0f46e4ba6af25b5ca3eb4 (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 |