SOLICITATION NOTICE
Z -- Asphalt Delivery and Lakebed Striping
- Notice Date
- 2/1/2022 10:56:41 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- FA930122Q0010
- Response Due
- 3/4/2022 11:00:00 AM
- Archive Date
- 03/19/2022
- Point of Contact
- Stacey Stuart, Thomas Prothro
- E-Mail Address
-
stacey.stuart@us.af.mil, thomas.prothro@us.af.mil
(stacey.stuart@us.af.mil, thomas.prothro@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation: FA9301-22-Q-0010 *****Notice to Vendor(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this Request for Quote (RFQ) until funds are available. The Government reserves the right to cancel this RFQ, either before or after the closing date. In the event the Government cancels this RFQ, the Government has no obligation to reimburse a vendor for any costs. ***** (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Commercial Items (FAR 12) and Simplified Acquisition Procedures (FAR 13) will be used for requirement. Hereafter, this notice shall be titled ""Solicitation."" (ii) Solicitation Number: FA930122Q0010. This solicitation is issued as a Request for Quote (RFQ) to offerors. (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2022-03, effective 1 Jan 2022; and DPN 20211230. (iv) This is a Total Small Business Set aside. The North American Industry Classification System (NAICS) code for this project is 237310 with a size standard of $39,500,000. (v) Contract Line Item Number (CLIN) Nomenclature and Contract Structure: The solicitation and requirement is for a Blanket Purchase Agreement which has no CLIN structure and uses an annually updated Approved Price List (See Attachment #3) (vi) Contract Type: The anticipated contract type is Blanket Purchase Agreement (BPA). It is anticipated that multiple awards will be issued. (vii) Description of items to be acquired: BPA for the acquisition of Asphalt Delivery & Lakebed Oil Striping at Edwards AFB (EAFB) and Air Force Research Laboratory (AFRL). Hot mix delivered to Edwards AFB Hot mix delivered to AFRL Hot mix picked up by the Government at the plant Cold mix delivered to Edwards AFB Cold mix delivered to AFRL Cold mix picked up by the Government at the plant Lake bed � SS-1H Oil and oil striping (see SOW) ***For additional details please see SOW (Attachment # 2) (viii) Location of requirement: Edwards AFB, CA 93524 (ix) Period of Performance: 5 years (x) The provision at 52.212-1 ""Instructions to Offerors -- Commercial"" applies to this acquisition. Offers are due by 4 March 2022 at 11:00 AM Pacific Standard Time (PST) via electronic mail to Stacey Stuart at stacey.stuart@us.af.mil �and Thomas Prothro at thomas.prothro@us.af.mil. (a) Addendum to the provision at FAR 52.212-1 ""Instructions to Offerors -- Commercial"": Offerors shall fill in the Unit Price in the attached Approved Price List at Attachment and submit together with a signed copy of the SF 1449. Cover Letter - offerors are to provide a cover letter with all required information specified within the provision at FAR 52.212-1(b)(1) thru (11) as applicable (See link: https://www.acquisition.gov/far/part-52#FAR_52_212_1). If a section does not apply to an offeror, simply state ""N/A.""� Offerors are permitted to provide additional information on your company that you deem relevant to this acquisition. Page Limitations - Offerors cover letter shall be no more than 3 pages in length. Page/Font Size - Although proposals are to be submitted electronically, the page size should be structured to print on a normal 8.5 X 11-inch sheet of paper. Margins shall be no less than 1 inch on all sides, using Times New Roman font size 12 or larger. Pages shall be numbered sequentially as applicable. Electronic files must be in Adobe (.pdf) or Microsoft Word Version 2016 or earlier. Excel files (if used) must be in Excel 2016 or earlier format. �(End of Addendum) (xi) The provision at FAR 52.212-2 ""Evaluation -- Commercial Items"" applies to this acquisition. (a) Addendum to the provision at FAR 52.212-2 ""Evaluation -- Commercial Items"": 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. The following factor shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA) The Government intends to award up to 3 Blanket Purchase Agreements (End of Addendum) (xii) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer, or have a completed copy with their SAM.gov registration. If completed via SAM.gov, please state so within the proposal/quote. Offerors shall include a completed copy of the provision at FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, and FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and any addenda to the clause. (xiii) Defense Priorities and Allocation System (DPAS): N/A (xiv) Proposal Submission Information: All questions or comments must be sent to Stacey Stuart at stacey.stuart@us.af.mil �and Thomas Prothro at thomas.prothro@us.af.mil �no later than 15 February 11:00 AM PST.� Offers and Quotes are due no later than 4 March 11:00 AM PST. Attachments Solicitation Model Contract Statement of Work (SOW) Asphalt & Oil Striping Price List Wage Determination
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5fa68f346f77480480ef67747c7afe7b/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN06229895-F 20220203/220201230111 (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 |