SOLICITATION NOTICE
56 -- Roadway Emulsion
- Notice Date
- 6/24/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 324121
— Asphalt Paving Mixture and Block Manufacturing
- Contracting Office
- MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-15-R-0005
- Response Due
- 7/30/2015
- Archive Date
- 8/29/2015
- Point of Contact
- Jeffrey Wayman, 575-678-3951
- E-Mail Address
-
MICC - White Sands Missile Range
(jeffrey.a.wayman.civ@mail.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is issued as a Request for Proposals (RFP) and the reference number is W9124Q-15-R-0005. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-82 effective 8 June 2015. The Mission & Installation Contracting Command at White Sands Missile Range has a requirement to purchase road base course material. A full detailed description of the specifications is listed within this solicitation and its attachments. Technical Review will be looking at the material specifications for compliance. Award shall be made to the lowest priced proposal that matches the attached specifications. The Government intends to award a Firm Fixed Price Contract resulting from this solicitation to the responsible offeror conforming to the solicitation requirements. Payment will be made by the Defense Financial and Accounting System (DFAS); therefore, you must be registered in the System for Award Management (www.sam.gov), as well as, Wide Area Work Flow (https://wawf.eb.mil/). This is a 100% small business set-aside. The North American Industry Classification System (NAICS) is 324121 with a size standard of 500 employees. The items needed are described as follows: CLIN 0001 - Roadway Emulsion - Asphalt Emulsion Primer (AE-P) QUANTITY - 62 tons CLIN 0002 - Roadway Emulsion - High Flow Emulsion (HFE) 100P QUANTITY - 62 tons CLIN 0003 - Roadway Emulsion - Cationic Slow Setting, CSS1P: 1:1 (Fog Seal) QUANTITY - 24 tons CLIN 0004 - Roadway Emulsion - Asphalt Emulsion Primer (AE-P) QUANTITY - 103 tons CLIN 0005 - Roadway Emulsion - High Flow Emulsion (HFE) 100P QUANTITY - 103 tons CLIN 0006 - Roadway Emulsion - Cationic Slow Setting, CSS1P: 1:1 (Fog Seal) QUANTITY - 40 tons The contractor shall furnish road construction materials that match the specifications as detailed in the attached specifications, bid schedule, and map. FOB: Destination Inspection and Acceptance: Destination To receive an award resulting from this RFP, Offerors shall be registered in the System for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov. Offerors shall electronically complete FAR 52.212-3, and Alternate I, Offeror Representations and Certifications-Commercial Items (ORCA). All Offerors shall be registered in SAM prior to proposal submittal. The following clauses and provisions are applicable to this solicitation: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Para c of this clause is tailored as follows: Changes in the 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 the paying office, appropriations data, etc., which may be changed unilaterally by the Government; FAR 52.216-18, Ordering; FAR 52.216-19, Order Limitations; FAR 52.216-21, Requirements; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications. Clauses incorporated by full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), including: 52.203-6, 52.217-7, Option for Increased Quantity - Separately Priced Line Item; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.219-4, 52.219-6,52.219-8, 52.219-9, 52.219-16, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13; FAR 52.232-18, Availability of Funds; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.233-4, Applicable Law for Breach of Contract Claim; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), including: 52.203-3, 252.203-7000, 252.205-7000, 252.211-7003, 252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037, 252.243-7002, 252.247-7023; DFARS 252.212-7000, Offeror representations and certifications-Commercial items. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. All comments and questions regarding this solicitation shall be submitted in writing and sent to jeffrey.a.wayman.civ@mail.mil no later than 23 July 2015. Offers must be received no later than Thursday, 30 July 2015 at 4:30 p.m. (MDT) at the MICC-WSMR DOC, Bldg 143, 2nd Floor, Crozier St, WSMR, NM 88002. Offers may be sent electronically (no faxes). The Point of Contact for this solicitation is Jeffrey Wayman, jeffrey.a.wayaman.civ@mail.mil. Phone: 575-678-3951.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5c30481ec33934dadce3e56baa6c8661)
- Place of Performance
- Address: MICC - White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM
- Zip Code: 88002-5201
- Zip Code: 88002-5201
- Record
- SN03774862-W 20150626/150624235243-5c30481ec33934dadce3e56baa6c8661 (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 |