SOLICITATION NOTICE
Z -- WASH ROAD DUST ABATEMENT IN ISDRA
- Notice Date
- 8/6/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- BLM CA-ST OFC BUS SVCS BR (CA944)<br />2800 COTTAGE WAY, SUITE W-1834<br />SACRAMENTO<br />CA<br />95825<br />US<br />
- ZIP Code
- 95825
- Solicitation Number
- 140L1219Q0031
- Response Due
- 8/21/2019
- Archive Date
- 9/5/2019
- Point of Contact
- St John, Laura
- Small Business Set-Aside
- Total Small Business
- Description
- 140L1219Q0031 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR Part 13, 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 The solicitation number is 140L1219Q0031, issued as a Request for Quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03, effective 12 July 2019. This requirement is set aside 100% for small business. The NAICS is 238990 `All Other Specialty Trade Contractors, which has a small business size standard of $15M. Award will be made to the responsible offeror that submits a technically acceptable quote at the lowest price. Description of requirement: DUST SUPPRESSANT TREATMENT WASH ROAD Project Specifications Summary of work - The work covered by this contract consists of furnishing a calcium chloride dust suppressant (30% CaCl solution) and applying the product to Wash Road approx. 4 miles of road. This contract does not include grading and/or presoaking the road prior to treatment: the prep work will be performed by the Bureau of Land Management crew in advance. Measurement ¿ Material shall be measured in tons. A printed weight ticket showing the date, type of material, and net weight shall be provide for every load. Contractor shall provide one copy of each weight ticket at the time of delivery and attach one copy of each ticket to invoice submitted for payment. Payment ¿ Payment shall be for a total amount of material of the contract quantity delivered to the project site in conformation with this specification. Contract price shall include all costs associated with furnishing the material, including but not limited to labor, equipment, permits, profit and overhead. Source Requirements ¿ The calcium chloride solution furnished under this contract shall be obtained from a commercial operation properly licensed and permitted for producing and suppling this type of material. Quality Assurance ¿ Supplier must certify in writing that the dust suppressant solution contains at least 30% Calcium Chloride. Material Safety Data Sheets shall be provided in advance. Scheduling - Contractor will coordinate with BLM for date and time of delivery. Estimated delivery date is prior to September 30, 2019. Specific dates shall be arranged at least two weeks in advance and may be dependent upon weather. Equipment - Material is to be applied by a spray truck with computerized application capabilities to ensure an even application rate of 0.5 gallons per square yard applied in two applications of 0.25 gallons per square yard. Location - See map Point of contact - All deliveries shall be coordinated with (TBD). ATTACHMENTS: Attachment 1 ¿ Statement of Work Attachment 2 ¿ MSDA Attachment 3 - Maps -------------------------------------------- Clauses and Provisions The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. All offerors must be actively registered in the System for Award Management (SAM)at www.sam.gov database as of the closing date and time of the solicitation in order to be considered for award. Registration in SAM is free. SAM is an official website of the US Government and there is no cost to register in or use SAM. An offeor who has not completed its Representations and Certifications in SAM must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR clauses within 52.212-5 are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.219-6, Notice of Total Small Business Aside (DEVIATION 2019-01) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (Jan 2018) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50, Combating Trafficking in Persons (JAN 2019) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) FAR 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.209-7 Information Regarding Responsibility Matters (Jul 2013) The following clauses and provisions also apply to this acquisition: DOI-AAAP-0028 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS ¿ INVOICE PROCESSING PLATFORM (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: 1. Contractor ¿s Official Invoice 2. Invoice date and Government Contract Number 3. Delivery ticket(s) showing the quantity of materials delivered. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) Date, time and place offers are due: Quotes are due by Wednesday August 21, 2019 at 4:00 pm PT. Quotes shall be emailed to the Contract Specialist Laura StJohn at lstjohn@blm.gov. Reference RFQ number 140L1219Q0031 on the quote. Arrangements for faxed quotes may be made if necessary - contact Ms. StJohn at least one business day prior to the due date for quotes for the fax number and instructions. Contact the Contract Specialist Laura StJohn at lstjohn@blm for information regarding this solicitation. ----- End ----- NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DOI/BLM/CA/140L1219Q0031/listing.html)
- Record
- SN05394184-F 20190808/190806230036 (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 |