Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

56 -- Provide RS2/SS-1H Asphalt Material for Pothole Repairs to Ft Campbells Roads & Grounds Department

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324121 — Asphalt Paving Mixture and Block Manufacturing
 
Contracting Office
ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
 
ZIP Code
42223-1100
 
Solicitation Number
W9124809QA050
 
Response Due
9/25/2009
 
Archive Date
11/24/2009
 
Point of Contact
SaLonda M. Ozier, 270-798-7810
 
E-Mail Address
ACA, Fort Campbell
(salonda.m.ozier@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Provide RS2/SS-1H Asphalt Material for Pothole Repairs to Ft Campbells Roads & Grounds Department. 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. Solicitation number W91248-09-Q-A050 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. NAICS is 324121; small business size standard is 500 Employees; acquisition is 100% set-aside small business. Offer schedule with contract line item numbers, items, quantities, and Statement of Work (SOW), Wage determination are available at the Fort Campbell Directorate of Contracting web site at https://doc.campbell.army.mil/opportunities.asps. Performance period is for a base and three (3) 12 month option periods. Supplies will be delivered to at Fort Campbell, KY. The provision at 52.212-1, Instructions to Offerors -- Commercial Items, is applicable and is tailored as follows: Paragraphs (b) (5), (d), (e), (g), (h) and (i) are deleted. This provision is also addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information- www.gsa.gov ); 52.204-6 Data Universal Numbering System (DUNS) Numbers; 52.204-7 Central Contractor Registration; 52.216-1 Type of Contract (fill-in information, Firm Fixed Price Requirements); 52.217-5 Evaluation of Options; and 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting. The provision at 52.212-2, Evaluation -- Commercial Items is applicable; Evaluation factor are Technical (Product Info) and Price. The Government intends to make a single award to the offeror who submits the Lowest Priced Technically Acceptable offer. The successful offeror must be registered in CCR (Central Contractor Registration). CCR website is https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Offerors are instructed to submit the following documents with offers: Completed offer schedule, Completed copy of FAR Provision 52.212-3, Offeror Representations and CertificationsCommercial Items, and DFARS Provision 252.212-7000 Offeror Representations and CertificationsCommercial Items or a statement that Representations and Certifications are available at the ORCA website: 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 and the following additional FAR clauses cited within the clause also apply: 52.216-18 Ordering (Fill-in information: Such orders may be issued from (01 Oct 2009 through 30 Sep 2010); 52.216- 19 Order Limitation (Fill-in information: Paragraph (a) Minimum order N/A; Paragraph; Paragraph (b)(1) Any order for a single item in excess of 250 Gallons; Paragraph (b)(2) Any order for a combination of items in excess of 250 Gallons; Paragraph (b)(3) A series of orders from the same ordering office within 3 days; Paragraph (d) within 5 days after issuance, 52.216-21 Requirements (Fill-in information Contractor shall not be required to make any deliveries under this contract after performance period specified in individual delivery orders; 52.217-8 Option to Extend Services (Fill-in information: 60 calendar days); 52.217-9 Option to Extend the Term of the Contract (Fill-in information: Paragraph (a) 60 calendar days in both places, Paragraph (c) 60 calendar months); 52.223-3 -- Hazardous Material Identification and Material Safety Data. 52.223-5 -- Pollution Prevention and Right-to-Know Information, 52.223-14 -- Toxic Chemical Release Reporting, 52.228-5 Insurance Work on a Government Installation; 252.204-7004 Alt A, Central Contractor Registration; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 5152.209-4000 DOD Level Antiterrorism (AT) Standards. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable to this acquisition. The following clauses are checked: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alt I; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-36 Affirmative Action for workers with Disabilities; 52.222-50 Combating Trafficking in Person; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, is applicable and the following additional DFARS clauses cited within the clause also applicable: 252.225-7036 Alt I Buy American Free Trade Agreement-Balance of Payment Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023 Alt III Transportation of Supplies by Sea. Offers are due not later than 3:00 P.M. CT 25 September 2009. All responsible concerns may submit an offer by mail, fax (270-798-7548) or e-mail, which will be considered by the agency. Offers received after 3:00 P.M. CT 25 September 2009 will be rejected and not considered for award. Submit offers to Mission & Installation Contracting Command, Directorate of Contracting, ATTN: Trish Launius, 2172 13 Street, Fort Campbell, KY 42223-5355. Point of Contact is Ms. Launius, (270) 798-7200, trish.launius@us.army.mil (Contract Specialist). Gertrude A. Colbert, Contracting Officer, 270-798-7566, trudy.colbert@us.army.mil (Contracting Officer)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK09/W9124809QA050/listing.html)
 
Place of Performance
Address: MICC, Fort Campbell Directorate of Contracting, Building 2174, 13 1/2 & Indiana Street Fort Campbell KY
Zip Code: 42223-5355
 
Record
SN01957433-W 20090918/090917000851-04a25dd1dac5a99c7bee4ce2eef77d8f (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.