SOLICITATION NOTICE
56 -- Gravel for Cahaba River National Wildlife Refuge
- Notice Date
- 6/17/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 212321
— Construction Sand and Gravel Mining
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GR1875 CENTURY BOULEVARDSUITE 310AtlantaGA30345-3310
- ZIP Code
- 30345-3310
- Solicitation Number
- F14PS00663
- Response Due
- 7/14/2014
- Archive Date
- 8/13/2014
- Point of Contact
- Constance Fields
- E-Mail Address
-
constance_fields@fws.gov
(constance_fields@fws.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with no 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 solicitation number F14PS00663 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. II. This procurement is for various gravel (equal or similar too); for delivery and stock pile at or near Cahaba River National Wildlife Refuge (NWR); West Blocton, Alabama. III. 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. This action is being solicited as a small business set-aside and only qualified offerors may submit a quote. The NAICS Code associated with this requisition is 212321 with a small business size standard of 500 employees. Buyer intends to issue award using a fixed priced purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award. IV. 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 jamese_promise@fws.gov. V. Government Representative (GR): Authorized Government Point of Contact for this order is Sarah Clardy; sarah_clardy@fws.gov. She shall not, however, have the authority to make any changes in the purchase order. VI. Description: (1.) Line Item 0010: Approximate 150 Cubic Yards of Concrete with Fiber for delivery and stockpile on 08/04/2014 (2.) Line Item 0020: Approximate 1500 Cubic Yards of Chert for delivery and stockpile on 08/04/2014 (3.)Line Item 0030: Approximate 6077 Total Tons of Class 1 and Class 2 Rip Rap Limestone for delivery and stockpile on 8/04/2014 (4.) Line Item 0040: Approximate 1785 Tons of 1 inch of Crusher Run Limestone for delivery and tailgate spread to a thickness of 6" on 8/04/2014 VII. Delivery Requirements: Delivery will be at or near intersection of I-459 and I-59/20 in western Jefferson County (ample fuel, food, and lodging nearby), follow I-59/20 westward 9.1 miles to exit 97 and merge southward on AL 5. In approximately 10 miles, turn left (east) onto Bibb County 24. In 5.3 miles, turn right within sight of the Piper Bridge over the Cahaba River at the sign for the Cahaba River NWR and follow River Trace through the refuge. GPS: 33.0931632 -87.0593142 Coordinate with Refuge staff is required for exact location(s) needed. Due to the remote location, the contractor will be expected to verify with the county road commissioner on requirements to haul on this road. Delivery is expected on the date stated in this solicitation. The Contractor shall deliver during regular working hours, excluding federal holidays. Hours are 7:30 A.M. to 4:00 P.M. material must be delivered with a tri-axel truck, there is no place for a truck and trailer to turn around. For inquires on delivery site details, exact locations and specifications, please reference attachments and Technical Point of contact, Sarah Clardy, 256-343-1667 or sarah_clardy@fws.gov or David McCaghren, 256-342-5417. NOTE: It is the Contractor's responsibility to visit the site prior to bidding and know existing delivery and pick up conditions. VIII. Local conditions (bridge restrictions, weather conditions, water levels, road flooding, etc.) that may affect delivery: None. Contractor shall coordinate deliveries (including hours of delivery) prior to delivering equipment. IX. System for Award Management (SAM) Registration - A prospective awardee shall be registered in the SAM database prior to award. Information on registration may be obtained via the Internet at: https://www.sam.gov/portal/public/SAM/#1 or by calling 866-606-8220. Failure to maintain a current/active account so will render your offer non-responsive. X. RFQ Due Date: Telephone quotes will NOT be accepted. All quotes must be received at this office no later than 07/14/2014, 11:00 AM Local Eastern Time. ONLY EMAILED QUOTES WILL BE ACCEPTED. Email to constance_fields@fws.gov. Attention to: Constance Fields. Please reference/subject: solicitation number. Quotes should be attached document that is either Microsoft Word 97 compatible or PDF. The anticipated award date is on or about Monday, July 28, 2014. Please do not request award status prior to this date. XI. All questions regarding this solicitation must be emailed to constance_fields@fws.gov. Any technical questions, contact Sarah Clardy. All questions must be submitted no later than June 27, 2014 by 11:00 AM local eastern standard time. XIV. All interested Contractors shall provide a quote as follows: (1) SF 18 is acceptable for submitting quote. Parties responding to this solicitation may also submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quotes form, etc.), but at the minimum include the following information: (2) Line Item 0010: 150 Cubic Yards of Concrete with Fiber ; Price Per Cubic Yard: ______________; Total Price: ___________. Line Item 0020: 1500 Cubic Yards of Chert; Price Per Cubic Yard______________; Total Price: ___________. Line Item 0030: 6077 Tons of Class 1 and Class 2 Rip Rap Limestone; Price Per Ton: ______________; Total Price: ___________. Line Item 0040: 1785 Tons of 1 inch of Crusher Run Limestone; Price Per Ton: ______________; Total Price: ___________. Grand Total:___________________________. (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 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 SAM (www.sam.gov). Statement confirming Representation and Certification completion within SAM. Provide account expiration date, cage code, DUNs number, and taxpayer ID number; (6) Statement confirming that you will accept electronic payment through IPP. (www.ipp.gov) 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 may 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F14PS00663/listing.html)
- Record
- SN03397503-W 20140619/140617235318-a0544d6f6dc3a4d2a4dc4782fd3c9a44 (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 |