SOLICITATION NOTICE
V -- 129JGP20Q0107 Parking Boulder Hauling ENF
- Notice Date
- 6/19/2020 10:50:50 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484220
— Specialized Freight (except Used Goods) Trucking, Local
- Contracting Office
- USDA FOREST SERVICE NEVADA CITY CA 95959 USA
- ZIP Code
- 95959
- Solicitation Number
- 129JGP20Q0107
- Response Due
- 7/8/2020 3:00:00 PM
- Archive Date
- 07/23/2020
- Point of Contact
- Robert Briney, Phone: 5304786120, Fax: 5304786126
- E-Mail Address
-
robert.briney@usda.gov
(robert.briney@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes referencing Solicitation Number 129JGP20Q0107. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, effective date 05-06-2020. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 484220 and the small business size standard is $27.5 million. (V) This combined solicitation/synopsis is to procure services for the hauling of boulders includes the loading, transport and unloading of parking barrier sized rock boulders to locations shown on the attached map packet. The general site work includes: boulders will be accepted at the delivery site and damaged boulders will be rejected and not accepted upon completion of this work. The boulders are located in a Forest Service rock quarry.� The boulders are parking lot edge barriers are 3-5 feet in the smallest dimension. The boulders may be dropped and broken at the pit if they are too large. Each boulder will be identified at the pit for loading, and the delivery site will be located by the government. The existing boulders are located at the Tragedy Springs Supply Site number 7 listed below of the Eldorado National Forest. The rock supply site is controlled by a locked gate that is required to be closed at all time and is not open to public vehicle access. The destination sites of the boulders generally described below and attached by reference in the map packet that is listed at the bottom of this section. Site 1: Elkins Flat Vicinity������������������ Approximately 58 miles���� 38�35'12.90""N 120�26'25.9""W ��������������� ����������������������������������������������� 09N55E 25 parking boulders Site 2: Table Rock Vicinity���������������� Approximately 58 miles���� 38�50'34.83""N 120�17'53.74""W ������������������������������� ������������������������������� 12N99��� 25 parking boulders Site 3: Table Rock Vicinity���������������� Approximately 58 miles���� 38�49'03.97""N 120�17'20.17""W ������������������������������� ������������������������������� 12N25��� 19 parking boulders Site 4: Table Rock Vicinity���������������� Approximately 58 miles���� 38�49'25.39""N 120�16'33.14""W ������������������������������� ������������������������������� 11NY27A�������������� 32 parking boulders Site 5: Table Rock Vicinity���������������� Approximately 58 miles���� 38�48'49.24""N 120�16'11.22""W ������������������������������� ������������������������������� 12N25B 63 parking boulders Site 6:���� Dry Lakes Spur��� Approximately 35 miles���� 39�00'04.73""N 120�24'08.85""W ������������������������������� ������������������������������� 13N24A 19 parking boulders Site 7: Georgetown���������������������������� 38�55'43.32""N 120�46'58.28""W ������������������������������� ������������������������������� 12N29N 40 parking boulders Quarry site: Tragedy Springs����������� 38�38'29.4""N 120�08'18.2""W (VI). Period of performance is 60 days after award of award. (VII) Location: �Various location on the El Dorado National Forest (see attached maps). (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Oct 2018), applies to this acquisition. (IX) FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. A firm fixed price award will be made to the responsible offeror submitting a quote that provides the best value to the Government. (X) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: price, technical acceptability, and delivery. (XI) Offerors must complete their Representations and Certifications online at http://beta.SAM.gov or submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2020), with their quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018), applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2020) applies to this acquisition. The following clauses under subparagraph (b) apply: 8,14, 19, 22, 27, 28, 30, and 44. The following clauses under subparagraph (c) apply: 1, 2, and 3. Additional Contract Requirements: 52.204-7 System for Award Management. (Oct 2018) 52.204-13 System for Award Management Maintenance. (Oct 2018) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriation data, etc. , which may be changed unilaterally by the Government. 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (SEP 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.252-6 Authorized Deviations in Clauses (APR 1984) Electronic Invoicing and Payment Requirements, Invoicing 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: http://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendor's Invoice, along with any other supporting documentation as stipulated by the Contracting Officer. (XIV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 3:00 P.M. PDT on Wednesday, July 8th, 2020. All quotes must be emailed to the attention of Robert Briney. Email address: Robert.briney@usda.gov. Companies are encouraged to submit complete products specifications and detail sheets. Quotes may be on the vendor's letterhead and should state the total price, specs, and the companies DUNs number. (XVII) List of Attachments: Attachment 01 Delivery Maps, Attachment 02 Schedule of Items, Attachment 03 Wage Determination
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/39ec7ed90534479281aea9d317cb9bc5/view)
- Place of Performance
- Address: Placerville, CA 95667, USA
- Zip Code: 95667
- Country: USA
- Zip Code: 95667
- Record
- SN05696969-F 20200621/200622142804 (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 |