Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2015 FBO #5005
SOLICITATION NOTICE

53 -- Provide and Deliver 400 tons of Native Stone

Notice Date
8/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423320 — Brick, Stone, and Related Construction Material Merchant Wholesalers
 
Contracting Office
NPS, IMR - Santa Fe MABO 1100 Old Santa Fe Trail Building P.O. Box 728 Santa Fe NM 87505 US
 
ZIP Code
00000
 
Solicitation Number
P15PS02302
 
Response Due
8/27/2015
 
Archive Date
9/11/2015
 
Point of Contact
Wagner, Marsha
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (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. Provide and Deliver Stone to Chickasaw National Recreation Area Sulphur, Oklahoma 73086 The supplier will provide and deliver native weathered stone to the Platt Historic District which is within Chickasaw National Recreation Area, near Sulphur, Oklahoma 73086. Provide and deliver 400 ton of native stone. No stone shall exceed 4 tons (8,000 lbs.) in weight. A. 40% of the stone shall be 24 to 30 inches in height x 6 to 12 feet in length x 2 to 3 feet in depth. This stone will be used for the bottom courses. B. 40% of the stone shall be 12 to 18 inches in height x 6 to 12 feet in length and 2 feet minimum in depth. This stone will be used primarily in the middle courses. C. 20% of the stone shall be 10 to 12 inches in height x 4 to 12 feet in length and 2 feet minimum in depth. This stone will be used primarily in the upper courses. Require Stone Character and Color Stone samples and photographs of stone are required before award. The provided stone will be dry laid to match the character of other walls built in the Platt Historic District as seen in the following photograph. The stone needs to be of a dense limestone or sand stone and not have visible fractures. The stones must not break apart when the stone is loaded, unloaded and stacked for the final wall. Each stone shall have relatively flat upper and lower faces that allows the stone to be dry laid stacked to a height of over 15 feet tall. Each stone can be shall have at least one face that can be exposed when stacked in layers. The stones may be light tan, light gray to dark gray. Each stones shall have at least one irregular face that can be exposed when stacked in layers. The stones may be light tan, dark brown to rusty tones. The Park will use the stone to construct a dry laid stone to repair erosion along Rock Creek. The stone wall will be used to build a wall 10 to 15 feet tall. The Park will unload the stone that is delivered on flatbed trailers to the Bromide Area of the park. The Park will designate the trucking route through the park, which will be on two-lane paved roads. All stone will be separated with dunnage to keep rock face from chipping. All permits will be the responsibility of the quarry/trucking company Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Government will award based on Lowest Price Technically Acceptable (LPTA) from a responsible offeror. 1.)Technically Acceptable Criteria: The determination will be based on how well the supply can meet the criteria defined in the Specifications attached. This requirement is being issued as Request for Quote (RFQ) No. P15PS02302. The FAR clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-55. FAR clauses and provisions are available through Internet access at https://www.acquisition.gov/FAR/. This solicitation is 100% small business set-aside. The North American Industry Classification System (NAICS) code is 423320. The small business size standard is gross annual sales less than 100 employees. A firm fixed price contract will be awarded for these Commercial Items. Please contact Marsha Wagner, Contracting Officer at marsha_wagner@nps.gov for additional questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P15PS02302/listing.html)
 
Record
SN03825256-W 20150807/150805235536-c71ee85cf2152622dabe60c72e39a28f (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.