Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2013 FBO #4276
SOLICITATION NOTICE

99 -- Landfill Soil Services - Miami Conservancy District Agreement - Credit Vendor list - Bill of Materials

Notice Date
8/7/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-R-0067
 
Archive Date
9/4/2013
 
Point of Contact
Zachary Kauth,
 
E-Mail Address
zachary.kauth.1@us.af.mil
(zachary.kauth.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Bill of Materials Vendor List for Soil Credits Miami Conservancy Agreement- Contractor shall read to understand the requiremnets to importing/exporting soil into the Huffman Retarding Basin. FA8601-13-R-0067 Unclassified Fill and Top Soil for Landfill 7 COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation ("synopsitation" hereafter) for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. The Government reserves the right to award without discussions or make no award at all depending upon the quality and price reasonableness of offers received. An award, if any, will be made to the responsible offeror whose proposal conforms to the requirements of the synopsitation and represents the best value to the Government, price and other factors considered. Synopsitation FA8601-13-R-0067 is a Request for Proposals (RFP) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-62, effective 20 Dec 2012; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20121231, effective 31 Dec 2012; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2012-1107, effective 7 Nov 2012. The NAICS code for this acquisition is 484220 and the associated small business size standard is: $25.5M. This RFP will be competed under full and open competition. Synopsitation Closing Date: Proposals must be received not later than noon, local time (EST) on20 August 2013. Send proposals to: AFLCMC/PZIOB Attn: Zachary Kauth 1940 Allbrook Drive WPAFB OH 45433-5344 Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-13-R-0067 Top Soil and Back Soil for Landfill 7." Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines and/or certain attachments (i.e.,.exe or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments. Address Questions regarding this synopsitation to Zachary Kauth telephonically at (937) 522-4611 or via e-mail at zachary.kauth.1@us.af.mil. This requirement is for Unclassified Fill and Top Soil for Landfill 7 per the attached Bill of Materials (BOM). CLIN Item Description Qty Unit Unit Extended Price Price 0001 Contractor shall furnish unclassified fill as described 5,000 CY in the attached BOM CLIN Item Description Qty Unit Unit Extended Price Price 0002 Contractor shall furnish top soil as described 5,000 CY in the attached BOM FOB: Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) INSPECTION AND ACCEPTANCE: Both inspection and acceptance will be by the Government at Destination. FAR 52.252-1-Solicitation Provisions Incorporated by Reference: 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/ FAR 52.252-2-Clauses Incorporated by Reference: 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/ FAR 52.252-5-Authorized Deviations in Provisions: (a) The use in this solicitation of any Federal Acquisition Regulation (FAR) (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.212-1, Instructions to Offerors-Commercial Items is incorporated into this synopsitation. Paragraph (c) Period for acceptance of offers is revised to change the period for acceptance of offers from 30 calendar days from the date specified for receipt of offers to 60 calendar days. Paragraph (e) Multiple offers is revised to read: Reserved FAR 52.212-2, Evaluation-Commercial Items is incorporated into this synopsitation. The fill-in for paragraph (a) is completed as follows: The evaluation factors are Technical and Price. Price will be evaluated on lowest price technically acceptable-Best Value. Technical aspects will be evaluated as follows: Technical Subfactors: 1. Compliant with BOM 2. Compliant with MCD Agreement 3. Delivery date no later than 20 September 2013, preferably over an approximate 3 week period beginning 3 September 2013. Technical is approximately equal to price. FAR 52.212-3-Offeror Representations and Certifications-Commercial Items with its Alternate I An offeror shall complete only paragraphs (b) of this provision (below) if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov and shall return 52.212-3(b) below completed with its offer. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete and submit with its offer only paragraphs 52.212-3(c) through (o) of the provision at FAR 52.212-3-Offeror Representations and Certifications-Commercial Items with its Alternate I which can be downloaded from the "FARSite" at http://farsite.hill.af.mil. FAR 52.212-4-Contract Terms and Conditions-Commercial Items is incorporated into this synopsitation. The following DFARS provisions are incorporated into the synopsitation. DFARS 252.212-7000-Offeror Representations and Certifications Commercial Items DFARS 252.209-7995-Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2013 Appropriations (Deviation 2013-O0010). If the offeror has not completed the DFARS provisions listed above online, the offeror shall complete and return a copy of the provision with its proposal. DFARS 252.212-7000 is available at http://farsite.hill.af.mil/. DFARS 252.232-7006-Wide Area Workflow Payment Instructions is incorporated into the synopsitation and resulting contract. The fill-in portions of this clause will be complete in the award document. The following AFFARS provisions are incorporated into the synopsitation. 5352.223-9000-Elimination of Use of Class I Ozone Depleting Substances (ODS) Attachments: 1. BOM 2. MCD Agreement 3. Credit Vendor List
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-R-0067/listing.html)
 
Place of Performance
Address: WPAFB, OH, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03140956-W 20130809/130808000309-b00b7450eeeead2c62a94b7b935fef51 (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.