Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2009 FBO #2837
SOLICITATION NOTICE

56 -- RECOVERY--56--Provide all labor, equipment, materials and supplies necessary to furnish and deliver Graded C Stone.

Notice Date
8/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212319 — Other Crushed and Broken Stone Mining and Quarrying
 
Contracting Office
US Army Corps of Engineers, Vicksburg District, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE09T0039
 
Response Due
9/8/2009
 
Archive Date
11/7/2009
 
Point of Contact
Tracey Lowe, 601/631-7707
 
E-Mail Address
US Army Corps of Engineers, Vicksburg District
(Tracey.M.Lowe@mvk02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. Solicitation No. W912EE-09-T-0039 is being issued as a Request For Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-36. The NAICS Code for this procurement is 212319 (SIC 1429) with a size standard of 500 Employees. THIS REQUIREMENT IS FUNDED UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009, P.L. 111-5. The U.S. Army Corps of Engineers (USACE), Vicksburg District has a requirement to provide all labor, materials, and supplies necessary to furnish and deliver Graded C Stone to the construction site on the Yazoo River in Leflore and/or Yazoo counties. This procurement may be quoted as follows: Line Item 000l Supplies/Services: Furnish and deliver Graded C Stone to Leflore County, Quantity: 3,350, Unit: Net Ton (2000lbs), Unit Price: $________, Line Item 0002 Supplies/services: Furnish and deliver Grade C Stone to Yazoo County. Quantity: 7,930, Unit: Net Ton (2000 lbs.), Unit Price______. Line Item 0003 Supplies/Services: Demurrage. Quantity: 1 Unit: Lump Sum, Unit Price: $______. Total Price $______________. GENERAL 1. The Contractor shall provide all plant, labor, equipment, materials and supplies necessary to furnish and deliver 11,280 tons of Graded C Stone meeting the gradation limits prescribed by the attached gradation tables and plots (3,350 tons, Leflore County; 7,930 tons, Yazoo County). All stone shall be delivered by truck to the construction site on the Yazoo River in Leflore and/or Yazoo Counties, Ms. The Contractor shall be prepared to make delivery of the stone within 7 days after notification from the Contracting Officer or Contracting Officers Representative. Drivers shall furnish certified scale tickets to COE personnel upon delivery of each load to the construction site. The Government will provide equipment and personnel to maintain the stockpile. The Contractor shall deliver the stone at a rate of not less than 600 tons per day. The Contractor is responsible for obtaining any required hauling permits for use of county, state, or other public roads. 2. STONE. All Graded C Stone shall meet the requirements of the attached specifications, Section 02543, Stone Protection and the attached gradation curves. Stone shall be obtained from the approved sources provided in the attachments to this specification. Placement of the stone during construction will be performed by the Government. 3. MEASUREMENT. Measurement for all stone delivered will be performed by individual load weight measurement using certified scales. Weight tickets shall be provided to the Government representative upon each delivery. The contractor shall provide scale certification documentation prior to commencement of work. The Government will perform periodic inspections of the Contractors certified scales. 4. DELIVERY LOCATION: See Attachment 1. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.211-16, Variation in Quantity. 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 including subparagraphs: 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009. 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements. 52.219-6, Notice of Total Small Business Set-aside. 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The following Clauses are also applicable to this acquisition: DFARS 252.204-7001, Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items including subparagraphs: FAR 52.203-3, Gratuities, DFARS 252.232-7003 Electronic Submission of Payment Requests. Reporting Requirements. Under Section 1512(c) (4) of the American Recovery and Reinvestment Act of 2009, recipients are to participate in the reporting process. The federal government has established a common framework for recipients to manage a data quality recipient reporting process at www.FederalReporting.gov. Only recipients that received funds under the list of programs subject to recipient reporting will report under these reporting requirements (see link below for the list).Supplement List of Programs Subject to Recipient Reporting. http://www.whitehouse.gov/omb/assets/memoranda_fy2009/m09-21-suppl.pdf. Therefore, recipients should view the webinars at: www.Whitehouse.gov/Recovery/WebinarTrainingMaterials for training/instructions on 1) how to register, 2) how to report the common elements, 3) how to check for data quality, and 4) determine estimates of job impact. Primes must incorporate sub-recipient reporting. Waivers will not be granted for reporting requirements, and non-compliance will be treated as a violation of the award agreement. All recipients will report via www.FederalReporting.gov. For additional information please contact your Contracting Agencys representative; the Contracting Officer or the Contracting Specialist. See Clause 252.204-7004, If you are not registered in the CCR, an award cannot be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Quotes are due 8 September 2009 not later than 4:45 p.m. at the USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG, MS 39183-3435, ATTN: Tracey M.Lowe. For information concerning this solicitation contact Tracey M. Lowe at 601-631-7707 or email at Tracey.M.Lowe@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE09T0039/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Vicksburg District ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN01933129-W 20090831/090829234153-b91714a1cdf7176b693b00ca14c29cd1 (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 |
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.