SOLICITATION NOTICE
80 -- RECOVERY - Bridge Sealant and Related Products
- Notice Date
- 1/6/2010
- Notice Type
- Presolicitation
- Contracting Office
- BIA-Acquisition Nashville 545 Marriott Drive Nashville TN 37214
- ZIP Code
- 37214
- Solicitation Number
- RA001510009
- Response Due
- 1/15/2010
- Archive Date
- 1/6/2011
- Point of Contact
- Ken Lloyd Contracting Officer 6155646970 KENNETH.LLOYD@BIA.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 AN AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) PROCUREMENT: In compliance with the transparency and accountability requirements associated with the supplemental appropriations provided by the American Recovery and Re-Investment Act of 2009, Pub. Law. 111-5, The Bureau of Indian Affairs, Navajo Regional Office, Division of Transportation, Farmington NM is soliciting quotes for Bridge Deck Sealing material and installation products. Navajo Region, Force Account Section (FAS) has been selected to perform maintenance work on BIA routes within the Navajo Region utilizing American Recovery Re-Investment Act (ARRA) of 2009 for Road Maintenance Program administered by the Bureau of Indian Affairs (BIA). The work consists of: surface preparation, application of High Molecular Weight Methacrylate, crack healer/penetrating sealer. In order to complete this work, the FAS requires the material and products listed below. *******************Special Recovery Reporting Requirements**********************The Contractor shall register and report all project information as listed in FAR PART 52.204-11, using the online reporting tool available at www.federalreporting.gov. Cumulative quarterly reporting to www.federalreporting.gov will begin with the January10th reporting deadline. Contractors must check this online site often for updates and monitor finalization of the interim rule published in the Federal Register at 74 FR 14639. Failure on the part of the Contractor to provide and maintain the required reporting and special reporting information as required by FAR 52.204-11 to the BIA Contracting Officer within the specified days following award AND/OR report information to www.federalreporting.gov shall constitute a material breach of the contract upon which BIA may immediately terminate a resultant contract for cause. A firm-fixed price contract will be awarded. Receipt of award is contingent on contractor meeting the requirements of ARRA reporting. Contractor must be registered with both the Central Contractor Registration (CCR) at ccr.gov and Federal Reporting at www.federalreporting.gov websites in order to receive any ARRA funded award from the Federal Government. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 No. RA001510009 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 424690 with a small business size standard of 100 employees. This acquisition is 100% set-aside for small businesses, however, if no acceptable offer is received from a small business, award may be made to a large business. Contractors qualified to deliver these items are encouraged to submit an original signed and dated quote, accompanied with contractor's DUNs number, proof of contractor's registration in www.federalreporting.gov, www.ccr.gov, and a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, by mail to the Bureau of Indian Affairs, Eastern Region Office, Division of Acquisition, Attention: Ken Lloyd, 545 Marriot Dr., Ste. 700, Nashville TN 37214 or by email to Kenneth.Lloyd@bia.gov and Susan.Sutton@bia.gov by close of business, Central Standard Time, January 15, 2010. Facsimile quotes will not be accepted. Any further questions regarding this announcement may be directed to Susan Sutton at (615) 564-6752. Contractor must provide within its quote the number of days required to make delivery on the below CLINs after receipt of a notice of award from the government's authorized representative. QUOTE: Interested contractors shall submit a quote on the following CLINs: (Unit Price shall include applicable delivery costs, fuel surcharges, and taxes (if applicable). 0001SIC 309-05, SikaPronto 19TF (Tack Free) 4.5 Gal Kit112 Each0002Carmeuse Sika Sand 16/30 Mesh 50 Lb Bags630Each0003LTC 5 Gal White Pail w/logo No Lid 25Each0004LTC 6GLD White Lid for 5 Gallon Pail w/o gasket 15 Each0005SIA Rag 10 New White Knit Rags 10 Pound Box 2Each0006SIA Rag CC Rags 100% Colored cotton, 25 Lb Box 10 Each0007PKS T5 Toluene Solvent 5 Gal Pail X Toluene, 3, UN1294, PG II 55Each0008MWR 46142 Midwest Rake Flexible Spiked Shoes Lg Size 10-11 ? 5Each0009MWR 78020 Midwest Rake 36" Squeegee Frame w/Threaded handle 6Each0010MWR 79215 Midwest Rake 36" No-Notched EPDM Squeegee Blade 12Each0011EZA EP Extension Pole or Handle for Roller Frames 4' 15 Each0012EZA RFH Roller Frame Heavy Duty 9" 5 Wire Cage 30Each0013EZA 9M Roller 9" Medium Nap 3/8" Nap 60 Each0014EZA B4 Chip Brush 4" 12/Ctn 36Each0015SHT PC6002 Shurtape PC600 Cloth Duct Tape 2" X 60 ydSilver 24/CS 96 Each0016PAA 610 Poly America 10' X 100' 6 Mil Clear Poly 21Each00173M4 29008 3M 1100 Foam Ear Plugs 200 Pair/Box 5 Boxes/Case 2Each0018MGC 7100 M MCR 7100 Brown Jersey Glove Large w/o PVC Dots 30Each0019MGC 9688L MCR 9688 Flex Tuff II Glove Large w/Gray TexturedPalm 12 Each00203MS 54343 3M 8511 Particulate Respirator N95 10 Masks/Box 8 Boxes/CS 12Each0021MGC CL010 MCR CL010 Checklite Clear Uncoated Glasses 12/CS 48Each0022MGC TY125SL MCR TY125 Tyvek Coverall Elastic Sleeve & Ankle 25/CS 20 Each0023DYM SB72 Dymon Scrubs in a Bucket Hand Cleaner 72/Bucket6/CS 24Each Subtotal $______________ Navajo Nation Tax 4%$______________ GRAND TOTAL$______________ DELIVERY: FOB Destination shall be at locations cited above. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the authorized government representative, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Delivery will be to the Force Account Section, 8 miles south of Farmington NM on Hwy 371, @N3003 Junction, Block 6 Shop. Delivery shall be coordinated with Mr. Joe Peterman, Construction Manager or Herbert Tom, Phone No. 505-960-7371. All material shall require certificate of compliance. Material Safety Data Sheet shall be supplied with offer.INSPECTION: Materials will be inspected when delivered and Certificate of Compliance must be presented to government's Project Supervisor before acceptance of materials. AWARD: Award will be made to the lowest priced offeror whose quote conforms to the requirements herein. Offerors must provide a price for all items; only one firm fixed price award will be made to include all items listed in this solicitation. CONTRACT CLAUSES: The following Federal Acquisition (FAR) clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items (June 2008); 52.212-3, Offeror Representations and Certifications Commercial Items (Aug 2009); 52.212-4, Contract Terms and Conditions Commercial Items (Mar 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995); 52.203-15 Whistleblower Protections, American Recovery and Reinvestment Act of 2009; 52.219-6, Notice of Total Small Business Set-Aside (Feb 09), 52.211-6, Brand Name or Equal (Aug 1999), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), 52.225-9, Buy American Act - Construction Materials (Feb 2009), 52.504-07 Central Contractor Registration; 52.204-11 Reporting, American Recovery and Reinvestment Act of 2009; 52.215-2 Audit and Record- Negotiation, American Recovery and Reinvestment Act of 2009; 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.225-1, Buy American Act-Supplies (June 2003);52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36, Variation in Quantity (April 1984);52.211-17, Delivery of Excess Quantities (September 1989); and 52.229-3 Federal, State, Local Taxes (April 2003), 52.246-15, Certificate of Conformance, and 52.223-3 Hazardous Material Identification and Material Safety Data. The Federal Acquisition Regulations clauses and provisions and forms are available in the Internet at: http://www.acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA001510009/listing.html)
- Place of Performance
- Address: Force Account SectionHighway 371 @ N3003 Junction, Block 6 Shop8 Miles South ofFarmington NM 87499
- Zip Code: 87499
- Zip Code: 87499
- Record
- SN02036474-W 20100108/100107000554-4a4edfe9dff360afaaa5a3989224dc75 (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 |