Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2012 FBO #3955
MODIFICATION

99 -- Concrete Channels and Rip Rap Rocks

Notice Date
9/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
MICC Center - Yuma Proving Ground, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-12-R-0013
 
Response Due
9/25/2012
 
Archive Date
11/24/2012
 
Point of Contact
Curtis Arthur II, 928-328-2978
 
E-Mail Address
MICC Center - Yuma Proving Ground
(curtis.arthur@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment is being issed to answer the questions that were asked. The questions that were asked along with the answers are as follow: 1. The concrete channel characteristics do not specify an on center spacing requirement for the 5/8" reinforcement. It is specified to use enough to "provide structural rigidity in all directions when lifting and moving." Is it expected that a structural engineer be hired to determine this? If so, what is the intended purpose for the channels? ANSWER: The reinforcement rebar was added because it was question from before. We wouldn't have the expectation that a structural engineer would be hired. The rebar reinforcement is merely to provide enough structural rigidity to be lifted and moved when required. Meaning, 10ft concrete sections, lifted at the ends, we wouldn't want the channel or lid to buckle in the middle or flex and crack. The concrete channels will be used on flat ground surface, with no vehicular traffic passing over them. 2. Upon delivery to the U.S Army Cold Region Test Center Mobility Complex will it be the responsibility of the contractor to unload the concrete channels? ANSWER: CRTC would not have a problem off-loading upon delivery. 3. Can more specifications/characteristics be given regarding the "Rip/Rap"? A local source may be able to supply this material depending on these requirements. Haul time will greatly affect the proposal price. ANSWER: RIP/RAP, fractured, edged, irregularly shaped, rough-cut rock that is maximum of 18", minimum of 12" in dimension. 4. Upon delivery of the rip/rap to the U.S Army Cold Region Test Center Mobility Complex, is the only requirement to dump the rip/rap from the truck to the ground or does "delivery" mean to stock the delivered material in a pile? ANSWER: Just dump the RipRap from the truck. 5. What is the period of performance for this project? Interior of Alaska temperatures are decreasing daily and winter temperatures are less than a month away. This will greatly affect the delivery of the "Rip/Rap". ANSWER: Award will be made this fiscal year, but delivery can be when practicable, up to next mid-spring (May). 6. Can you tell me whether the concrete channels are open or closed on the ends? ANSWER: The concrete channels are open on the ends. *END OF AMENDMENT* 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 (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61, Effective 13September 2012 and Defense Federal Acquisition Regulation Supplement (DFARS), current to DPN 201200906 (Effective 06 September 2012) Edition. This contract will be awarded as a Firm Fixed Price (FFP) award. Award will be made on a Lowest Price/Technically Acceptable (LPTA) basis. Payment will be made through Wide Area Work Flow (WAWF). This requirement will be 100% small business set aside. The North American Industry Classification System (NAICS) code is 327390 with a size standard of 500 employees. All responding vendors must be actively registered with the System for Award Management (SAM) prior to award of contract. Information to register in SAM can be found at https://www.sam.gov/portal/public/SAM. Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) website have been replaced with SAM as of 30 July 2012. All responding vendors must have FAR 52.212-3 -Offeror Representations and Certifications -- Commercial Items (Apr 2012) completed in SAM or submit a completed copy with the quote. All responding vendors must fill out the DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012) and submit with quote. The CSS and attachments will also be located at the U.S. Army Mission and Installation Contracting Command -Yuma website at: http://www.yuma.army.mil/site_contracting.asp. The quotation shall consist of one Contract Line Item Number (CLIN): CLIN 0001, Quantity: 1,000, Unit of Issue: Cubic Yard, Description: 12" to 18" Rip Rap Fill Material Rocks; and CLIN 0002, Quantity: 200, Unit of Issue, Each, Description: Concrete U-Channel with Concrete Fitted Lid NOTE: DELIVERY IS TO BE MADE TO FT. GREELY, ALASKA. All quotes must include all items. No partial quotes will be accepted. Shipping and taxes (if applicable) shall be incorporated into your proposed price. Payment will be made through Wide Area Work Flow (WAWF). Estimated delivery time should be no later than 60 days from the date of the order. All quotes shall include transportation costs to U.S. Army Cold Region Test Center (USACRTC) Mobility Test Complex, Ft. Greely Alaska 99731with FOB Destination. Interested persons may identify their interest and capability to respond to the requirements or submit proposals. Any questions concerning this requirement must be emailed to the POC listed below no later than Wednesday, 19 September 2012 at 12:00PM Noon MST. All quotes are due by 25 September 2012 12:00 PM Noon MST. All inquiries shall be clearly marked with Request for Proposal (RFP) number W9124R-12-R-0013 and sent by email or by facsimile to 928-328-6849. As a minimum, offerors shall include with their signed quotation the following information: (1) Company name, address, Dun & Bradstreet Data Universal Numbering System (DUNS) number, and Tax Identification Number (TIN); (2) POC with telephone and facsimile numbers and email address; (3) Proposed price, Arizona vendors are to include the Arizona Transaction Privilege Tax; and (5) Acknowledgment of Solicitation Amendments. Offerors that fail to furnish required representation or technical information as required by FAR provisions 52.212-1 or reject the terms and conditions of this solicitation may be excluded from consideration. It is the responsibility of the contractor to be familiar with the applicable provisions and clauses which can be accesses in full text at http://farsite.hill.af.mil. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provisions: 52.212-1, Instructions to Offerors of Commercial items (Feb 2012) 52.212-3, Offeror Representations and Certifications Commercial Item (Apr 2012) with Alternate I (Apr 2011) FAR Clauses Incorporated by Reference: 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2012) 52.247-34, FOB Destination (Nov 1991) FAR Clauses Incorporated by Full Text: 52.212-5 Contract Terms and Conditions required to Implement Statutes of Executive Order Commercial Items (Aug 2012) 52.252-2, Clauses Incorporated By Reference (Feb 1998) Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition: 52.222-50, Combat Trafficking in Persons (Feb 2009) 52.233-3, Protest After Award (AUG 1996) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006, with Alternate I (Oct 1995) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-8, Utilization of Small Business Concerns (Jan 2011) 52.219-14, Limitations on Subcontracting (Nov 2011) 52.219-28, Post-Award Small Business Program Representation (Apr 2012) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Veterans (Sep 2010) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct. 2003) The following DFARS Clauses and Provisions are incorporated by reference and apply to this acquisition: DFARS Provisions: 252.225-7000 Buy American Act-- Balance of Payments Program Certificate (Jun 2012) 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012) DFARS Clauses Incorporated by Reference: 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS Clause Incorporated by Full Text: 252.211-7003, Item Identification and Validation (Jun 2011) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2012) Specific clauses cited in DFARS 252.212-7001 that are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sep 2011) 252.225-7001, Buy American Act - Balance of Payments Program (Jun 2012) 252.225-7012, Preference for Certain Domestic Commodities (Jun 2012) 252.243-7002, Requests for Equitable Adjustment (Mar 1998) 252.247-7023, Transportation of Supplies by Sea (May 2002) MICC Local clauses Incorporated by Full Text: 5152.209-4000, DoD level I Antiterrorism (AT) Standards (Feb 2009) 5152.233-4000, HQ AMC Level Protest Program (Sep 2011) Attachment 1 - Specifications and Drawing Attachment 2 - FAR 52.204-99 (Deviation) SAM Attachment 3 - FAR 52.212-3 - Offeror Representations and Certifications -- Commercial Items Attachment 4 - DFARS Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/50055066776e5d64062959df3590e0b6)
 
Place of Performance
Address: MICC Center - Yuma Proving Ground KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02892514-W 20120922/120921002539-50055066776e5d64062959df3590e0b6 (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.