Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2017 FBO #5785
SOLICITATION NOTICE

56 -- Procurement of Rip-Rap/Stone for C&D Canal - Package #1

Notice Date
9/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238140 — Masonry Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-17-R-0097
 
Archive Date
10/12/2017
 
Point of Contact
Eleanor S. Robbins, Phone: 2156566771, Adriana A. Dunaway, Phone: 215-656-6895
 
E-Mail Address
eleanor.s.robbins@usace.army.mil, adriana.a.dunaway@usace.army.mil
(eleanor.s.robbins@usace.army.mil, adriana.a.dunaway@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Procurement of Rip-rap Stone for C&D Canal a. This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulations (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 formal written solicitation will be included as part of this submission. (SEE ATTACHED SOLICITATION). This office will not accept any telephonic, written, or faxed requests for a copy of the solicitation. It is the offeror's responsibility to monitor the FedBizOpps web site for any amendments. Interested firms must register at FedBizOpps in order to access the solicitation. Offerors are responsible for printing copies of the RFQ and any amendments. b. The Solicitation Number for this acquisition is W912BU-17-R-0097 and a separate attachment (SF1449) is issued as a Request for Quotes (RFQ). c. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94 and 95 effective date 19 January 2017. Clauses and Provisions are available on line at HTTP://farsite.hill.af.mil. d. This requirement is a 100% Small Business Set-Aside under NAICS 238140, Masonry Contractors, size standard is $15,000,000.00. e. The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm-fixed price contract to the contractor that can provide an estimated 5,000 tons of granite needed to repair Canal Road around Summit Marina in Delaware, specified in the Statement of Work (SOW)/ Performance Work Statement (PWS). Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The vendor MUST meet the special qualifications as listed in the SOW/PWS as well as FAR 52.212-2. To receive consideration for award, a rating of no less than "Acceptable" must be achieved for non-cost/price factors. f. FAR Provisions and Clauses applicable to this acquisition are provided on an attached SF1449 and are incorporated in their entirety. Each offeror is required to fill out and sign the SF1449 and return a signed copy along with their quote by the closing date and time listed. g. All quotes shall be submitted electronically by (3:00PM) EST on 25 September 2017 to Eleanor S. Robbins at eleanor.s.robbins@usace.army.mil. If there are any amendments to this requirement, all amendments are required to be filled out and submitted with the attached SF1449 document by the due date. h. For information regarding this solicitation, the USACE Point of Contacts are Eleanor S. Robbins or Adriana A. Dunaway. Please contact electronically at eleanor.s.robbins@usace.army.mil or adriana.a.dunaway@usace.army.mil. i. All contractors are required to be registered in the System for Award Management (SAM) database before award of a contract as required by FAR 4.1102. Also, firms who receive a federal contract in excess of $150,000.00 are required by legislation to file an annual VETS-4212 "Federal Contractor Veterans' Employment Report" on their affirmative action efforts in employing veterans. Information on submitting your report may be obtained by accessing the following internet web site: http://www.dol.gov/vets/vets4212.htm. Period of Performance: The duration of the contract period of performance is anticipated to be for 6 months after date of award. Delivery of granite must be completed within the contract period of performance. Place of Performance: Near, but not located exactly 3000 Summit Harbour Pl Bear, DE 19701 Additional Information: All vendors responding to this combined synopsis/solicitation are required to fill out/sign the SF1449. Additionally, the provisions listed in FAR Clause 52.212-2, located within the SF1449, MUST BE completed/signed. Scope of Work Procurement of Rip-Rap/Stone General Requirements The government seeks to purchase three different stone products to be used on a rip-rap road project at the C&D Canal estimated to begin on or after 01 November 2017 and estimated to be completed no later than 30 April 2018. All stone products must be delivered to the project site. POC for deliveries will be Wayne Marston 410-487-4143. The material shall be inspected by a Government Representative prior to delivery to the site. All materials must meet Delaware DOT standards.  Item #1: 3,050 TONS of R5 (12" - 18") Rip-Rap, Granite  Item #2: 935 TONS of R3 (3"-6") Rip-Rap, Granite  Item #3: 800 TONS of #57 Stone, Granite Delivery Requirements Items #1, #2 and #3 shall be delivered directly to the C&D Canal project site located on the North Side of the C&D Canal in the state of Delaware. The nearest intersection to project site is Route 71 / Old Summit Rd. All deliveries will be made within a three mile radius of this intersection. Primary site is accessed by a series of ramps leading to the lowest road that runs adjacent to the water. Delivery trucks will be required to turn around and back up along a narrow, winding road for several hundred feet. No Semi/truck and trailer combinations. There are no weight restrictions for trucks. Delivery Schedule Due to the unique project conditions of building a road with rip-rap over an area that requires a low tide for certain phases of the job, delivery schedules need to be flexible. Deliveries will be coordinated by the Government on a weekly basis. The Government shall submit weekly delivery requests one week prior to deliveries. Delivery rates should not exceed 3 trucks per hour and a maximum of 15 per day. All delivery trucks will have scale ticket signed upon delivery by an authorized government representative.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-R-0097/listing.html)
 
Place of Performance
Address: Near, but not located exactly, 3000 Summit Harbour Pl, Bear, Delaware, 19701, United States
Zip Code: 19701
 
Record
SN04691935-W 20170925/170923230108-a4be8a4395b4ccaeddd8a0690b4fae8b (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.