Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2020 SAM #6671
SOLICITATION NOTICE

56 -- Concrete Masonry Units (CMU) RFQ

Notice Date
3/3/2020 9:36:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327331 — Concrete Block and Brick Manufacturing
 
Contracting Office
0410 AQ HQ CONTRACT APO AA 34042-5720 USA
 
ZIP Code
34042-5720
 
Solicitation Number
RFQW912QM-20Q-0048
 
Response Due
3/16/2020 12:00:00 AM
 
Archive Date
09/12/2020
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Awardee
null
 
Description
AMENDMENT NOTICE: 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. The solicitation number is RFQW912QM-20Q-0048 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05. The associated North American Industrial Classification System (NAICS) code for this procurement is 327331 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-03-16 12:00:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The ACC - 410th CSB Americas Soto Cano Division requires the following items, Meet or Exceed, to the following: LI 001: CMU BLOCK ANTONIO SCHOOL (SEE SOW FOR MORE DETAILS), 1, JOB; LI 002: CMU BLOCK SAN ANTONIO SCHOOL LATRINE, 1, JOB; LI 003: CMU BLOCK SAN ANTONIO SCHOOL KITCHEN, 1, JOB; LI 004: CMU BLOCK PARAISO SCHOOL, 1, JOB; LI 005: CMU BLOCK PARAISO SCHOOL LATRINE, 1, JOB; LI 006: CMU BLOCK CHAN CHEN SCHOOL, 1, JOB; LI 007: CMU BLOCK CHAN CHEN SCHOOL LATRINE, 1, JOB; LI 008: CMU BLOCK SAN PEDRO SCHOOL, 1, JOB; LI 009: CMU BLOCK SAN PEDRO SCHOOL LATRINE, 1, JOB; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, ACC - 410th CSB Americas Soto Cano Division intends to document bids online to be facilitated by the third-party Marketplace, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to document pricing. Offerors may submit bids during the specified period of time. ACC - 410th CSB Americas Soto Cano Division is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com. Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This is a contract to provide and deliver concrete masonry unit (CMU) blocks and related masonry materials for the United States Army South (ARSOUTH, also referred to herein as �the Government�). The Government shall not exercise any supervision or control over the contract delivery providers performing herein. Such contract providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Objective: The Contractor shall furnish all management, supervision, personnel, training, equipment, material, and supplies required to provide and deliver CMU blocks per the delivery schedule with quantities listed in paragraph 1.5 of this document. 1.2 Required Period: The contractor shall deliver the materials to each site on 01 MAY 2020. Delivery dates are subject to change depending on project progress and will be coordinated with government representative, contractor shall deliver after 24 hours of notification or next day. Contractor will be notified 72 hours in advance of request. See Technical Exhibit 1-2: Delivery Schedule. 1.3 Recognized Holidays: The contractor is required to perform delivery services on any observed holiday in Belize. 1.4 Hours of Operation: The contractor is responsible for conducting deliveries between the hours of 8:00 AM to 5:00 PM. 1.5 Place of Performance: The Contractor shall provide and deliver CMU blocks to the following sites: a) Location 1: San Antonio School 18.402109, -88399875 (Corozal, Belize) b) Location 2: Paraiso School 18.409287, -88394647 (Corozal, Belize) c) Location 3: Chan Chen School 18.440107, -88427849 (Corozal, Belize) d) Location 4: San Pedro School 18.339196, -88494059 (Corozal, Belize) 1.6 Key Personnel: The Contracting Officer (KO) and the Government Representative (GR) are considered key personnel by the government. The contractor shall provide a contract manager (CM) who shall be responsible for the scheduling of the deliveries and support of material issues. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the KO. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The CM or alternate shall be available between 8:00 AM to 5:00 PM Monday to Sunday, except during national holidays or when the government facility is closed for administrative reasons. The Contractor shall provide a trouble call number and alternative call number available during operating hours for the contract duration. 2.1 CMU Blocks shall meet the following specifications: 2.1.1 The CMUs should be suitable for load bearing applications. 2.1.2 The CMUs should be made from lightweight aggregates and non-moisture controlled, and weigh between 40 to 50 lbs. per block. 2.1.3 The Cementitious materials and aggregates used for the manufacturing of the CMUs shall conform to ASTM C150, ASTM C33, and ASTM C331. 2.1.4 The average CMU compressive strength for three units shall be 1,900 psi (13.1 MPa) and individual unit shall be 1,700 psi (11.7 MPa). 2.1.5 The CMU grade shall be ASTM grade �N,� Type 2 with core area equal to 40% to 50% of gross area. 2.2 Standard 2-core construction CMUs dimensions shall be: 2.2.1 The nominal height, width, and length is 8in. x 8 in. x 16in. respectively. 2.2.2 The actual design dimensions shall be 7-7/8 in. x 7-7/8 in. x 15-3/4 in (200mm x 200mm x 400mm). 2.2.3 CMUs shell and web thicknesses shall be 1-1/4 in. (31.75mm) and 1 in. (25.4mm) respectively. 2.2.4 All CMU Blocks delivered must be in usable condition, free from dirt/mud or other objects which would cause delay in immediate use for construction. Refer to Technical Exhibit 1-2A through 1-2F: CMU Specifications for quantities required for CMU and materials delivery for each project at each site. The Contractor shall make the deliveries between the dates of 04 May 2019 to 18 May 2019. A precise date to be determined by the GR. The GR will notify the contractor no less than 48 hours prior to confirm the date of delivery. 3.1 Damages: The Contractor shall repair any damage to the existing grounds, facilities, or property incurred during the course of delivering the CMU and materials to �like new� condition. 3.2 Late Delivery: A late delivery fee can result in the Contractor being liable for any costs hereby considered damages incurred to the US Government as results of the late delivery. If the Contractor fails to deliver within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of 1% of the total value of the contract for each calendar day of delay until the delivery is completed or accepted. 4.1 FOB Base Security. The contractor and or associated subcontractor employees shall comply with applicable installation access and local security policies and procedures. 4.2 OPSEC Awareness: If the Contractor, or a subcontractor, or employees of either disclose any information that disrupts or harms the Government's operations or activities, then the Government retains the right to exclude any employee from performance of duties under this contract. The exclusion of an employee for security reasons will not relieve the Contractor from performance of services required under this contract. By way of example, personnel shall not sketch or take photos of government facilities or activities, unless related to service to be provided. All government paper products and removable digital storage material that is received, generated, or stored during the contract will be destroyed completely when no longer needed to preclude recognition of information. THE ONLY PERSON AUTHORIZED TO MAKE CHANGES TO THE CONTRACT IS THE KO. Failure to clear any changes to the contract with the Contracting Officer IN ADVANCE of the requested change will result in the Government not being responsible for the charges, and non-payment to the Contractor. Accordingly, the Contracting Officer SHALL be notified prior to any additional services/performances necessitating contract modification (that is, those resulting in changes to the terms of the contract). Purchases or changes by unauthorized persons will result in the contractor not receiving payment for costs incurred. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. 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) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be ""ACTIVE"" at the time of award. 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/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c6f2f20d8c144ed1902775c60c344895/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN05578550-F 20200305/200304221139 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.