SOLICITATION NOTICE
56 -- U.S. Army Corps of Engineers RR3 Riprap to be delivered to Savanna, IL
- Notice Date
- 8/1/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- Contracting and Facilities Management, Region 3 US Fish & Wildlife Service 1 Federal Drive, Room 652 Fort Snelling MN 55111
- ZIP Code
- 55111
- Solicitation Number
- 301817Q329
- Response Due
- 8/13/2007
- Archive Date
- 7/31/2008
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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. (ii) Solicitation Number 301817Q329 is being issued in a Request For Quotations (RFQ) format. (iii) This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. (iv) This is a 100% Small Business Set Aside (SBSA) under Federal Acquisition Regulation (FAR) 19.502-2 only on condition that at least one responsible small business submits a responsive quote with a grand total price of less than the Simplified Acquisition Threshold. The North American Industrial Classification System (NAICS) code is 212319, with a corresponding small business size standard of 500 employees. All bidders must disclose their appropriate size standard in the submitted quotation(s) in order for the quotation to be considered responsive to this solicitation. (v) Line Item 0001: Supply and Delivery of U.S. Army Corps of Engineers Approved RR3 Riprap. Quantity is 6,400 Tons. Quotes are to indicate the unit price and extended amount. (vi) The riprap to be delivered shall be durable and of a suitable quality to ensure performance in structure and in the climate in which it is to be used. It shall be free from cracks, seams, and other defects that would tend to increase unduly its deterioration from natural causes. The inclusion of objectionable quantities of dirt, sand, clay, and rock fines will not be permitted. (vii) Delivery of the riprap shall be made F.O.B. Destination to the U.S. Fish and Wildlife Services (USFWS) Upper Mississippi River National Wildlife and Fish Refuge, Savanna District. The delivery site is the Spring Lake Management Unit, located approximately two miles south of Savanna, Illinois, off of Hwy 84 and then two miles (gravel road) west of Hwy 84. The delivery site is a newly rehabilitated earthen levee, so delivery is dependent upon weather, i.e. wet conditions will delay delivery. The earthen levee is 12 feet wide, thus restricting the truck size to the delivery site, i.e., an 18 ton tandem truck load may be the maximum size that can maneuver due to the narrow access; there is not enough room on the levee for access by a semi-trailer. The levee is 3,200 lineal feet in length that will require the delivery truck to back in reverse gear along the levee and dump each load, progressing along the entire levee. FWS staff will spread the rock with heavy equipment as each load is dumped. A minimum of one hour is needed between each truck load in order for the rock to be spread on the shoulder of the levee. The riprap is to be delivered between the period of September 1 through September 30, 2007, as coordinated with the USFWS Savanna District Manager. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition (FAR provisions and clauses are available for review at http://www.arnet.gov/far). (ix) Quotes will be evaluated and award will be made to the lowest responsive, responsible offeror submitting a fair and reasonable price and meeting the terms of this solicitation. (x) Each offeror shall complete, and include with its quotation, FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Failure to submit this provision, properly completed, may result in a non-responsive quotation. (xi) The FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items pertains as applicable to this acquisition. The following FAR clauses cited in the clause are applicable to this solicitation: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33, and 52.232-36. (xiii) Contract Clause 52.211-16, Variation in Quantity, is incorporated into this solicitation. The permissible variation is a 15% Increase/15% Decrease and is applicable to Line Item 0001. (xiv) [N/A] (xv) [N/A] (xvi) Quotes are due to the U.S. Fish and Wildlife Service, Region 3, Contracting and Facilities Management Office, 1 Federal Drive, Fort Snelling, Minnesota 55111-4056 by 4:30 p.m. CDT on August 13, 2007. Offerors may submit quotes by mail or facsimile transmission to the attention of Debbie Peterson. The fax number is 612-713-5151. Quotes are to include a completed FAR Clause 52.212-3 and be signed and dated by an offeror's authorized representative. Incorporate this RFQ Number 301817Q329 into the quote either by reference or direct attachment. (xvii) Questions about this solicitation should be directed to Contracting Officer Debbie Peterson at telephone number (612) 713-5188.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144853&objId=145570)
- Place of Performance
- Address: U.S. Fish and Wildlife Service, Region 3 Upper Mississippi River National Wildlife & Fish Refuge Savanna District, Savanna, IL 61074
- Zip Code: 61074
- Country: US
- Zip Code: 61074
- Record
- SN01359196-W 20070803/070801222134 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |