Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2009 FBO #2841
SOLICITATION NOTICE

56 -- Supply and delivery approximately 90 tons of Class 5 Rip-Rap and approximately 115 tons of 3-inch Jaw Rock, to be used for bank stabilization at Staircase, Olympic National Park, Clallam County, Washington.

Notice Date
9/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - OLYM - Olympic National Park 600 East Park Avenue Port Angeles WA 98362
 
ZIP Code
98362
 
Solicitation Number
Q9512090124
 
Response Due
9/8/2009
 
Archive Date
9/2/2010
 
Point of Contact
Phaedra Fuller Contract Specialist 3605653009 phaedra_fuller@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. The solicitation number is Q9512090124, and the solicitation is issued as a request for quotation (RFQ). This solicitation is a small business set-aside. All responsible small businesses concerns may submit a quotation that shall be considered by the agency. The NAICS code is 484220 with an associated small business size standard of $25.5 million (average gross revenue over past three years). It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.arnet.gov/far. This solicitation will result in an award of a firm, fixed-price contract. The National Park Service, Olympic National Park, has a requirement for a single contractor to supply and deliver approximately 90 tons of Class 5 Rip-Rap and approximately 115 tons of 3-Inch Clean Jaw Rock, to be used for bank stabilization at Lake Crescent Lodge. The rock needs to be stockpiled. Use of a pup trailer is not recommended. DELIVERY LOCATION: The stockpile location is approximately 20 miles west of Port Angeles, WA in a semi-remote area of Olympic National Park, at the maintenance facility at Barnes Point near Lake Crescent. The nearest landmark is the Lake Crescent Lodge at 416 Lake Crescent Road, Port Angeles, WA 98363. The National Park Service has a highway sign posted on Highway 101 directing where to turn to go to Lake Crescent Lodge. Turn right off of Highway 101. At the 4-way intersection turn left, as if heading to Lake Crescent Lodge. At the next intersection, turn right. The road will wrap around to the maintenance facility compound. The rock will be stockpiled behind the maintenance building in the open space. SITE VISIT: An Olympic National Park employee is stationed at the maintenance facility, and a site visit can be arranged, but only by appointment. A formal site visit will not be scheduled. Contact Phaedra Fuller at 360-565-3009. DELIVERY SCHEDULE: Delivery schedule will be coordinated with one of the road crew employees of Olympic National Park, contact information to be provided at time of award. Estimate delivery to start the week of September 14th or 21st, depending upon date contractor receives notice of award, and agreed upon schedule. PRICE SCHEDULE: The unit of measure shall be in tons. Contractor shall not change the unit of measure during performance of the contract. The unit price shall include all costs and be quoted as a delivered price to the site. 1) Class 5 Rip-Rap $__________ per ton, delivered (estimating 90 tons). 2) 3-Inch Jaw Rock $__________ per ton, delivered (estimating 115 tons). For all deliveries, the contractor shall supply copies of weight/quarry tickets showing the type of material, quantity, delivery date, and contract number. Tickets shall be referenced on invoices, and attached. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. Award will be made on the basis of lowest firm-fixed price. The government reserves the right to make award without discussions. Quoters must be registered in the Central Contractor Registration (CCR) database in order to be considered eligible for award. The CCR website is http://www.ccr.gov. Quoters must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items, with its offer, or be electronically registered at the Online Representations and Certifications Application (ORCA) website. The ORCA website address is http://orca.bpn.gov. Clauses and provisions incorporated by reference in this solicitation can be accessed on-line in full text at the following websites: htt://www.arnet.gov/far or http://www.ios.doi.gov/pam/aindex.html. The clauses at 52.212-4, Contract Terms and Conditions - Commercial Items, apply to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses: 52.219-06 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation; 52.222-03 Convict Labor; 52.222-19 Child labor-Cooperation with Authorities and Remedies; 52.222-21, 52.225-01 Buy American Act - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. The government shall only pay for actual quantities received and accepted, however, the contract will include the clause 52.211-16, Variation in Quantity, as follows (in full text): (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 10% percent increase and 10% decrease. The increase or decrease shall apply to each quantity specified in the price schedule (End of clause). The clause 52.211-17, Delivery of Excess Quantities, applies to this solicitation, as follows (in full text): The Contractor is responsible for the delivery of each item quantity within allowable variations, if any. If the Contractor delivers and the Government receives quantities of any item in excess of the quantity called for (after considering any allowable variation in quantity), such excess quantities will be treated as being delivered for the convenience of the Contractor. The Government may retain such excess quantities up to $250 in value without compensating the Contractor therefore, and the Contractor waives all right, title, or interests therein. Quantities in excess of $250 will, at the option of the Government, either be returned at the Contractor's expense or retained and paid for by the Government at the contract unit price (End of clause). Quotations must be received no later than Wednesday, September 8, 2009, 3:00 p.m., Pacific Daylight Time. Award will be announced the afternoon of Tuesday, September 8, 2009. Quotations may be submitted by fax or email to the point of contact below. Submit quotations to the attention of the Contracting Officer at Olympic National Park, 600 East Park Avenue, Port Angeles, WA 98362. The point of contact for this solicitation is: Phaedra Fuller, Contract Specialist, Olympic National Park, telephone: 360-565-3009, email: Phaedra_Fuller@nps.gov, fax: 360-565-3018. The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9512090124/listing.html)
 
Place of Performance
Address: Stockpile location at the Barnes Point Maintenance Facility, Olympic National Park. The nearest landmark is Lake Crescent Lodge at 416 416 Lake Crescent Road, Port Angeles, WA 98363, off of U.S. Highway 101.
Zip Code: 98363
 
Record
SN01937194-W 20090904/090903000104-e3204cc231cca5260879306eca2e89e0 (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.