Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2019 FBO #6493
SOLICITATION NOTICE

96 -- Perry Lake KS - Rock BPA Call - REQUEST FOR QUOTES

Notice Date
9/3/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212312 — Crushed and Broken Limestone Mining and Quarrying
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-19-R-0015
 
Archive Date
9/25/2019
 
Point of Contact
Cynthia A. Clark, Phone: 8163893639, David M. Best, Phone: 8163893404
 
E-Mail Address
cynthia.a.clark@usace.army.mil, david.m.best@usace.army.mil
(cynthia.a.clark@usace.army.mil, david.m.best@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quotes for Rock for Perry Lake Project KS, to be ordered via a BPA Call. Combined Synopsis/Solicitation for a Blanket Purchase Agreement (BPA) Call for Quarry Rock delivered to Perry Lake Project, Kansas. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. The Kansas City District of the U.S. Army Corps of Engineers intends to award a BPA Call from this combined synopsis/solicitation, set-aside 100% for Small Business vendors. This solicitation will also simultaneously be competed among our current Master BPA holders. If you are interested in submitting a quote and do not currently have a Master BPA with USACE Kansas City District, please submit your quote for the materials, including delivery charges, make sure you're registered in SAM under NAICS code 212312, and include a current price list valid through the end of the calendar year. If you are determined to be the successful offeror, when this information is received, then a Master BPA may be made with your organization. If such a Master BPA is established with you, your quote will be considered valid. The total ordering capacity under any new BPA established shall not exceed $5 Million and no individual BPA Call shall be issued in excess of $250,000.00. BPAs shall be valid for a period of 5 years or until the total dollar value of all BPA calls issued against the BPA reaches $5 Million, whichever comes first. The solicitation number for this acquisition is W912DQ19R0015 and it is being issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05 (effective 13 August 2019). This acquisition is advertised as 100% set-aside for Small Business. The associated North American Industry Classification System (NAICS) code is 212312 and the associated small business size standard is 750 Employees. A list of the contract line item numbers and items, quantities, and units of measure are detailed in Section B of this combined synopsis/solicitation. A description of requirements for the items to be acquired also appears in Section B. The dates and places of delivery and acceptance are detailed in Sections E and F of this combined synopsis/solicitation. FAR 52.212-1, Instructions to Offerors - Commercial, does apply to this acquisition with no addenda to the provision. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its proposal. This provision is included in Section K of this combined synopsis/solicitation. If the offeror has up-to-date representations and certifications in the System for Award Management (SAM) website, then this completed provision is not required to be submitted with the offeror's proposal. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, does apply to this acquisition with no addenda to the provision. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The specific clauses required are detailed in Section I of this combined synopsis/solicitation. VENDORS INTERESTED IN RESPONDING TO THIS COMBINED SYNOPSIS/SOLICITATION MUST SUBMIT THEIR PROPOSAL ON THE ATTACHED FORM. Any questions must be submitted by e-mail to the point of contact below. System for Award Management (SAM): In accordance with FAR 52.212-1(k): By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. OFFERORS MUST BE ACTIVELY REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT UNDER NAICS CODE 212312 AT THE CLOSE OF THE SOLICITATION, OR THE CONTRACTING OFFICER MAY PROCEED WITH AWARD TO THE NEXT SUCCESSFUL CONTRACTOR. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://sam.gov/portal/SAM/#1 or www.sam.gov. It is highly encouraged that all prospective Offerors start the SAM registration process as soon as possible. If you have questions about Government procurements in general or need assistance in the preparation of your proposal, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to the APTAC Website: http://www.aptac-us.org/. PTACs ARE NON PROFIT AND PROVIDE FREE SERVICE PAID FOR BY THE US GOVERNMENT. Alleged Fraudulent Activity in SAM: GSA has taken action to address alleged fraudulent activity in the System for Award Management (SAM). The measures GSA already put in place to help prevent improper activity in SAM include masking specific data elements in the entity registration even for authorized entity users; requiring "parent" approval of new registrations for their "child" entities; and requiring the formal appointment of the Entity Administrator by original, signed notarized letter. Additional enhanced controls have been deployed. These controls include implementing multi-factor authentication using login.gov and notifying Entity Administrators when there is a change in the entity's bank account information. SAM NOTARIZED LETTER PROCEDURES: An original, signed, and notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number is now required within 30 days of activation for both NEW SAM.gov entity registrations and EXISTING entity updates or renewals. Failure to do so within 30 days of activation may result in the registration no longer being active. The notarized letters MUST BE POSTAL SERVICE MAILED (not emailed or faxed) to the "FEDERAL SERVICE DESK" and must contain the information outlined in the "instructions for domestic entities" or "instructions for international entities" located at https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update. Templates for appointing an Entity Administrator are included within the respective instructions. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.sam.gov or by calling (866) 606-8220. The due date for the receipt of quotes is TUESDAY, 10 SEPTEMBER 2019 by 2:00 PM CENTRAL TIME. The due date for the receipt of questions in regards to this combined synopsis/solicitation is five (5) calendar days prior to the proposals due date shown above. Proposals must be received electronically at Cynthia.A.Clark@usace.army.mil. Adobe (.pdf) or Microsoft Word (.doc) are acceptable formats for submitting proposals. The electronic file must be under 8MB total to ensure it can be received by e-mail. If you are having any issues submitting your proposal, please contact Cindy Clark as soon as possible. The Government reserves the right to cancel this combined synopsis/solicitation. Any questions should be sent to Cindy Clark at 816-389-3639 or at the email above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-19-R-0015/listing.html)
 
Place of Performance
Address: Perry Lake Project, 10419 Perry Park Drive, Perry, Kansas, 66073, United States
Zip Code: 66073
 
Record
SN05428597-W 20190905/190903231122-9ef2f17b40335ded3058b52c83205b45 (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.