Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 19, 2005 FBO #1209
SOLICITATION NOTICE

99 -- DUST PALLIATIVE

Notice Date
3/17/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M62974 YUMA, AZ
 
ZIP Code
00000
 
Solicitation Number
M6297405T2003
 
Response Due
3/21/2005
 
Archive Date
4/20/2005
 
Description
This requirement 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; quotes are being requested and a written solicitation will not be issued. This is 100% Set-A-Side for Small Business. The solicitation number for this requirement issued as a request for quotation is M62974-05-T-2003. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-01. The applicable NAICS Code for this requirement is 325188 with a size standard of 500 employees. This is a request for quotations. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, ! but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word "offer" or a derivative of that word appears, it is changed to "quote" or a derivative of that word. Where the word "proposal" or a derivative of that word appears, it is changed to "quote" or a derivative of that word. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government, price, technical capability, and past performance considered. The Government requests that the quoter submit names, phone numbers for two references for the same or similar type of product. The following requirement is: CLIN 0001: DUST PALLIATIVE QTY 1.5 MILLION SQ FT Sites include: AUX II (approximately 20 miles southeast of MCAS Yuma) -Soil composition: sand (fines) mixed with gravel/rocks/and asphalt in some areas,ranging from pea size to approximately 5 inches in diameter -Off-road capability needed in some locations LZ Bull (about 80 miles northwest of MCAS Yuma, near Glamis, California) -Soil composition: volcanic rock ranging in size from pea gravel to 10 inches in diameter. Majority of area covered by rocks with sand (extremely fine MOON DUST), interspersed and below rock covering. Very easily dispersed fines by rotor wash or when cover layer is disturbed by vehicle traffic. -Off-road capability required Stoval (about 80 miles east of MCAS Yuma, in Dateland, Arizona.) -Soil composition: sand (fines) mixed with gravel/rocks/and asphalt in some areas. Majority of area covered by rocks with sand (extremely fine MOON DUST) in center of the airfield. -Off-road capability not required Star (about 120 miles northwest of MCAS Yuma, near Glamis, California) -Soil composition: volcanic rock ranging in size from pea gravel to 10 inches in diameter. Majority of area covered by rocks with sand (extremely fine MOON DUST), interspersed and below rock covering. Very easily dispersed fines by rotor wash or when cover layer is disturbed by vehicle traffic. -Off-road capability required Product is required to meet the following: Meet EPA regulations, Comply with the Clean-Air Act initiative, Be environmentally safe, bio-degradable, non-corrosive, non-flammable, and non-tracking to shoes, tires, or aircraft metal skids, Withstand high (110-120 F) temperatures without any chemical breakdown resulting in reduced effectiveness,Application must be able to penetrate at a minimum of ? inches below the surface with no flaking, Product must be surface sprayed requiring no additional earthwork, Product must withstand sharp maneuvering of aircraft rubber tires, Product must be derived from organic materials that are not harmful to flora, fauna, or aquatic life, Locations are in austere areas and will require that contractor be able to drive equipment off-road to get to locations, Contractor must provide his own water supply as there will be none available at locations needing application of dust abatement product, Product must withstand numerous helicopter landings and be non water soluble as application will be in flash flood areas. Delivery 24 Mar 2005 FOB Destination: Marine Corps Air Station Yuma AZ. Contract Terms and Conditions required to Implement Statues or Executive O! rder Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following FAR Clauses/Provisions apply: 52.203-3, Gratuities, 52.212-1, Instructions to Offerors- Commercial Items, 52.212-3, Offeror Representations and Certifications- Commercial Items, (Copies of 52.212-3 are available upon request from the Contracting Office or on the Internet at www.arnet.gov/far, 52.212-4 Contract Terms and Conditions- Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (incorporating 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.204-7004 Required Central Contractor Registration; 252.229-7000; 252.21! 2-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items Nov 2001); with the following additional DFAR clauses being cited as applicable to this acquisition; 252-225-7036 North American Free Trade Agreement Implementation Act (Applies to actions $25,000.00 - $100,000.00) (MAR 1998). The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial service, provided such warranty is available at no additional cost to the Government. Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certification- Commercial Items with their offer. The offeror should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax I dentification Number. Contractors must be registered in the Central Contractor Registe! r to be considered for award (NO EXCEPTIONS). Register at www.CCR2000.com. Registration in Wide Area Work Flow (WAWF) is mandatory for submitting invoices. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided with any changes/amendments and be considered for future discussions and/or award. Questions regarding this solicitation shall be submitted no later than 21 March 2005. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before March 21 at 12:00p.m. PST. All responsible sources in compliance with the above may submit a quote that will be considered. Quotes may be submitted by facsimile transmission. Facsimile quotes are subject to the same rules as paper offers. The telephone number receiving facsimile equipment is 928-269-2287. The government reserves the right to make award solely on facsimile quotes. The complete original ! quote shall be submitted if requested by the contracting officer. Quoters bear the burden of ensuring that quotes (and any authorized modifications) reach the designated office on time and should confirm by telephone that any facsimile was received. Any facsimile transmission must clearly state the solicitation number of the contracting officer on the first page to ensure proper receipt.
 
Record
SN00771066-W 20050319/050317212520 (fbodaily.com)
 
Source
FedBizOpps.gov 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.