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

56 -- Crusher Run Gravel - Package #1

Notice Date
8/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212321 — Construction Sand and Gravel Mining
 
Contracting Office
Agricultural Research Service - Western Business Service Center
 
ZIP Code
00000
 
Solicitation Number
AG-32SD-RFQ-15-NL03
 
Archive Date
9/3/2015
 
Point of Contact
Nicholas D. Langley, Phone: 9792609475
 
E-Mail Address
Nicholas.Langley@ars.usda.gov
(Nicholas.Langley@ars.usda.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Commercial Item Clauses Specifications 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is AG-32SD-RFQ-15-NL03 and is issued as a request for quotation (RFQ). This solicitation is a small business set-aside. The NAICS is 212321 and business size standard is 500 employees. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2005-83. The USDA, ARS, Grazinglands Research Laboratory, El Reno, OK, has a requirement for a 2,480 tons of crusher run gravel for the building of a road at the location's Model Farm. The Government intends to award a firm fixed price purchase order. The Crusher Run Gravel must meet or exceed the following minimum specifications. Crusher Run Gravel Specifications: First Layer: 1. 1,240 tons of 1 ½" - 2" gypsum crusher run for a 2" base layer that is 16 ft. wide by 1.2 miles. 2. Delivered by tail dump or belly dump. 3. Delivered to location prior to the second layer. Followed by: Second Layer: 4. 1,240 tons of ¾" limestone crusher run for a 2" layer that is 16 ft. wide by 1.2 miles. 5. Delivered by tail dump or belly dump 6. Delivered to location, after the second layer, no later than Sept. 15, 2015 Price to include delivery (FOB Destination), to the USDA, ARS, GRL, 7207 W. Cheyenne Street, El Reno, OK 73036. Delivery to the location no later than September 15, 2015. Specific site on location property will be communicated to the awardee prior to delivery. A delivery schedule will be coordinated with the location personnel after award. For technical assistance, contact Craig Mittelstaedt, Ag. Science Research Technician (Animal), craig.mittelstaedt@ars.usda.gov and carbon-copy Nick Langley, Nicholas.Langley@ars.usda.gov. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, total price and valid for at least 60 days after receipt of quote. and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL ITEMS; The Representation and Certification section should be completed electronically in the System for Award Management (SAM) at www.sam.gov. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting award. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.fbo.gov. Failure to provide the required information in the requested format may result in quotes not being considered for award. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. All sources wishing to furnish a quotation must respond by no later than 2:00 p.m. central standard time, August 19, 2015. Quotations are to be addressed to Nick Langley, USDA, ARS, Western Business Service Center, 1001 Holleman Drive EAST, College Station, TX 77840. Or by email to Nicholas.Langley@ars.usda.gov. No faxed responses are acceptable. Commercial Item Clauses to apply are attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/10e10c3a0a64e58ea8b074fafe3958c7)
 
Place of Performance
Address: USDA ARS Grazinglands Research Laboratory, 7207 W. Cheyenne Street, El Reno, Oklahoma, 73036, United States
Zip Code: 73036
 
Record
SN03826196-W 20150807/150806000407-10e10c3a0a64e58ea8b074fafe3958c7 (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.