COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 25, 2000 PSA #2713
SOLICITATIONS
56 -- FURNISH AGGREGATE BASE COURSE, QUIVIRA NATIONAL WILDLIFE REFUGE
- Notice Date
- October 23, 2000
- Contracting Office
- Federal Highway Administration, Central Federal Lands Highway Division (HPA-16), 555 Zang St., Room 259, Lakewood, CO 80228
- ZIP Code
- 80228
- Solicitation Number
- KS RRP QUIV 10(2) QUIVIRA
- Response Due
- November 22, 2000
- Point of Contact
- Contracting Officer Aileen Y. China, 303-716-2261, COTR Stephen Boch, 303-716-2168
- E-Mail Address
- For more infomation regarding this project (achina@foad.cflhd.gov)
- Description
- 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; bids are being requested and a written solicitation will not be issued. Solicitation Number KS RRP QUIV 10(2) QUIVIRA is being issued as an invitation to bid (IFB). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. SIC code 3281. Item No. 1, Furnish Aggregate Base Course, 15,200 Metric Tons, provide unit price and total bid price. Scope of Work: Deliver and spread or place in windrows 15,200 metric tons of aggregate base course. This aggregate will be placed on the following four routes: Little Salt Marsh Road, Unit 7 Road, Hunter Access Road and Wildlife Drive. LOCATION: The project is located at the Quivira National Wildlife Refuge (NWR), which is located approx. 13 kilometers north of Zenith, Kansas. See attached map of the refuge, which shows the location of the routes. PERIOD OF PERFORMANCE: Following a notice to begin work, complete all work within 45 calendar days from the date the notice to begin work is issued. MATERIAL SOURCES: The Contractor is responsible for these sources, including established commercial sources. Use sources that fulfill the contract quantity and quality requirements. Determine the quantity and types of equipment and work necessary to select and produce acceptable material. Secure all permits and clearances for use of the source and provide copies of the documents. Provide laboratory test reports and available historical performance data indicating that acceptable material is available from the source. Do not use material from a source that is unacceptable to the Government. Dispose of unacceptable material and locate another source at no cost to the Government. MATERIAL: Furnish hard, durable particles or fragments of crushed stone, slag, gravel, limestone or quartzite conforming to the requirements for Type AB-3 aggregates in Section 1105 of the Kansas Department of Transportation Standard Specifications. CONSTRUCTION REQUIREMENTS: The aggregates shall be either windrowed or gate spread on the designated routes. The on site representative of Quivira NWR will determine the appropriate spread rates depending on the haul vehicle and the route. ACCEPTANCE: The supplier shall submit a product certification for the aggregate base ensuring that the material meets the requirements of this contract. Acceptance of the aggregates will be based on an analysis of the test results taken by the supplier during production of the aggregate base. Provide test results at a frequency of one test per 1,000 metric tons. Ship seven samples, taken randomly throughout production, for verification purposes to the CFLHD Materials Lab, P.O. Box 25246, Lakewood, CO 80228. Materials not meeting contract requirements will be considered unacceptable. MEASUREMENT: Measure aggregate by the metric ton based on weight tickets delivered with each truck. Weight tickets will be collected daily by the Quivira NWR personnel. PAYMENT: The accepted quantities, measured as provided above, will be paid at the contract price per unit of measurement for the pay items listed below. Payment will be full compensation for the work prescribed in Construction Requirements above. PAYMENT WILL BE MADE UNDER: Pay Item: Aggregate Base Course. Pay Unit: Metric Ton. CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (COTR): FHWA's COTR is Stephen P. Boch, Construction Operations Engineer, telephone number (303) 716-2168. INVITATION FOR BIDS: Provide a bid for the following: Item 1: Aggregate Base Course. Quantity: 15,200. Unit: Metric Ton. Unit Price:_______. Total Cost:_______. A location map will be made available by calling Aileen China at (303) 716-2271 or Steve Boch at (303) 716-2168. The provisions at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items is used. EVALUATION FACTORS: The evaluation criteria are price and past performance. Technical and past performance, when combined, are equal, and when taken together, are equal to price. Bidders are to provide a list of not less than 3 references. Bidders are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its bid. 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, of which the following are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restriction on Certain Foreign Purchases, 52.232-34, Payment by Electronic Funds Transfer Other Than Central Contractor Registration. BID SUBMISSION REQUIREMENTS: Bidders are required to submit a unit price and total amount for 15,200 metric tons of aggregate base course based on the above described contract terms and conditions, 3 or more performance references, and the Offeror Representations and Certifications Commercial Items, at 562.212-3. Bids are due by 11/22/00 at 2:00 p.m. The public bid opening will be held on 11/22/00 at 2:00 p.m. at FHWA-CFLHD, 555 Zang Street, Suite 413, Lakewood, CO 80228. Mail bids to FHWA-CFLHD, 555 Zang Street, Room 259, ATTN: Aileen China, Lakewood, CO 80228. For a copy of the project location map, provisions and clauses, and 52.212-3, Offeror Representations and Certifications, please contact Aileen China at (303) 716-2261 or Steve Boch at (303) 716-2168. The Government intends to make a single award to the responsive, responsible bidder whose bid is the most advantageous to the Government, price and price-related factors considered. All responsible sources may submit a bid, which shall be considered. CLAUSES 52.212-3 and 52.212-5 IN FULL TEXT 52.212-3 Offeror Representations and Certifications -- Commercial Items. (Oct 2000) (a) Definitions. As used in this provision: "Emerging small business" means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated. "Small business concern" means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and size standards in this solicitation. "Women-owned small business concern" means a small business concern -- (1) Which is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned business concern" means a concern which is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; and whose management and daily business operations are controlled by one or more women. (b) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (b)(3) through (b)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). * TIN: _____________________. * TIN has been applied for. * TIN is not required because: * Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; * Offeror is an agency or instrumentality of a foreign government; * Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. * Sole proprietorship; * Partnership; * Corporate entity (not tax-exempt); * Corporate entity (tax-exempt); * Government entity (Federal, State, or local); * Foreign government; * International organization per 26 CFR 1.6049-4; * Other _________________________. (5) Common parent. * Offeror is not owned or controlled by a common parent; * Name and TIN of common parent: Name ___________________. TIN _____________________. (c) Offerors must complete the following representations when the resulting contract is to be performed inside the United States, its territories or possessions, Puerto Rico, the Trust Territory of the Pacific Islands, or the District of Columbia. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it *_____ is, *_____ is not a small business concern. (2) Small disadvantaged business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, for general statistical purposes, that it *_____ is, *_____ is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) Women-owned small business concern. [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it *_____ is, * _____is not a women-owned small business concern. Note: Complete paragraphs (c)(4) and (c)(5) only if this solicitation is expected to exceed the simplified acquisition threshold. (4) Women-owned business concern (other than small business concern). [Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it *_____ is a women-owned business concern. (5) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: ___________________________________________ (6) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. [Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.] (i) [Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the four designated industry groups (DIGs).] The offeror represents as part of its offer that it * _____is, * _____is not an emerging small business. (ii) [Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or four designated industry groups (DIGs).] Offeror represents as follows: (A) Offeror's number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or (B) Offeror's average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts). (Check one of the following): Average Annual Gross Number of Employees Revenues __ 50 or fewer __ $1 million or less __ 51 -- 100 __ $1,000,001 -- $2 million __ 101 -- 250 __ $2,000,001 -- $3.5 million __ 251 -- 500 __ $3,500,001 -- $5 million __ 501 -- 750 __ $5,000,001 -- $10 million __ 751 -- 1,000 __ $10,000,001 -- $17 million __ Over 1,000 __ Over $17 million (7) [Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns, or FAR 52.219-25, Small Disadvantaged Business Participation Program -- Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.] (i) General. The offeror represents that either -- (A) It *_____ is, *_____ is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net), and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It *_____ has, *_____ has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) * Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(7)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. [The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture:___________________.] (d) Representations required to implement provisions of Executive Order 11246 -- (1) Previous contracts and compliance. The offeror represents that -- (i) It *_____ has, *_____ has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; and (ii) It *_____ has, *_____ has not filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that -- (i) It * _____has developed and has on file, *_____ has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR parts 60-1 and 60-2), or (ii) It * _____has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. (f) Buy American Act -- Balance of Payments Program Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act -- Balance of Payments Program -- Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product as defined in the clause of this solicitation entitled "Buy American Act -- Balance of Payments Program -- Supplies" and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. (2) Foreign End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product as defined in the clause of this solicitation entitled "Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program" and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. (ii) The offeror certifies that the following supplies are NAFTA country end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program": NAFTA Country or Israeli End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products. Other Foreign End Products: Line Item No Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act -- North American Free Trade Agreements -- Israeli Trade Act -- Balance of Payments Program Certificate, Alternate I (Feb 2000). If Alternate I to the clause at FAR 52.225-3 is included in this sol
- Web Link
- Information on procurement opportunities and other (http://www.cflhd.gov)
- Record
- Loren Data Corp. 20001025/56SOL003.HTM (W-297 SN5049R6)
| 56 - Construction and Building Materials Index
|
Issue Index |
Created on October 23, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|