Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2010 FBO #2981
SOLICITATION NOTICE

56 -- RECOVERY--56--PROJECT NUMBER 107206, FURNISH AND DELIVER R200 RIPRAP, LAKE CHICOT PUMPING PLANT IN CHICOT COUNTY, AR. U.S. ARMY CORPS OF ENGINEERS, VICKSBURG DISTRICT.

Notice Date
1/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212312 — Crushed and Broken Limestone 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
W912EE-10-T-0020
 
Response Due
2/3/2010
 
Archive Date
4/4/2010
 
Point of Contact
Robert Ellis Screws, 601-631-5337
 
E-Mail Address
US Army Corps of Engineers, Vicksburg District
(ellis.screws@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
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. THIS REQUIREMENT IS FUNDED BY THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009, REFERENCE PROJECT NO. 107206. Solicitation Number W912EE-10-T-0020 is being issued as a Request for Quotation (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 2005-38. THIS PROCUREMENT IS BEING COMPETED AS A HUBZone SET-ASIDE AS DEFINED IN FAR 2.101. The NAICS code for this procurement is 212312; with a size standard of 500 Employees for a Firm Fixed Price contract. This procurement may be quoted as follows: Line Item 0001, Provide all plant, labor, equipment, materials and supplies necessary to Furnish & Deliver R200 Riprap; USACE-Vicksburg District, Lake Chicot Pumping Plant, Chicot County, AR; Quantity: 5,830; Unit: Tons; Lump Sum Price:$____________. PRODUCT SPECIFICATIONS: The U.S. Army Corps of Engineers, Vicksburg District, has a requirement to provide all plant, labor, equipment, materials and supplies necessary to Furnish & Deliver 5,830 tons of R200 Riprap. 1. GENERAL. The Contractor shall provide all plant, labor, equipment, materials and supplies necessary to furnish and deliver 5830 tons of R200 Riprap meeting the gradation limits prescribed by the attached gradation tables and plots. All riprap shall be delivered by truck to the stockpile site at the Lake Chicot Pumping Plant in Chicot County, AR. The Contractor shall be prepared to make delivery of the riprap within 7 days after notification from the Contracting Officer. 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 riprap 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 R200 Riprap 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. The Rip Rap shall be delivered to the following coordinates North 33 25 ' 43.94, West 91 14 ' 30.39. From Lake Village Arkansas take North Lakeshore Drive north approximately 3.5 miles to Yellow Bayou Road. Turn left onto Yellow Bayou Road and go approximately 4 miles to the stockpile site. Reference Attachments posted with this solicitation: Offerors submitting a quote shall also review the additional attachments to this solicitation. "DIVISION 02 SITE CONSTRUCTION SECTION 02543 STONE EVALUATION OF OFFERS: All quotes submitted will be evaluated for technical capability, satisfactory past performance and price. Technical capability for this acquisition is defined as the documented ability to provide the required product & perform the required work or work of similar scope and complexity; of satisfactory quality, and with timely delivery of services in accordance with the requirements of the specifications. The government will issue award to the supplier whose quote is the lowest price of those determined to meet at least the minimum requirements for technical capability and past performance as listed in the product specifications. Pre-Award Submittals; The contractor shall submit information verifying their technical capability & satisfactory past performance. Failure to submit sufficient information for the government to determine technical capability and satisfactory past performance may be cause for the rejection of the quote. A. Technical capability: The contractor shall provide sufficient documentation of their capability, such as experience of the company and/or the key personnel and crew who will be performing the work, resumes, equipment lists, etc. or other information to enable the Government to determine the companys capability on projects of similar type, size, scope and complexity. B. Satisfactory Past Performance: The contractor shall provide sufficient documentation of satisfactory past performance, on contracts of a similar type, size, scope and complexity as well as provide references, including names and contact information, who can verify such past performance. Past performance information of key personnel and crew may be provided if the company has limited or no past performance. Before a complete evaluation of quotes can be made offerors must provided Offeror Representations and Certifications for their company. The preferred method for completing offeror representations and certifications is to register on the ORCA web site at https://orca.bpn.gov/login.aspx. Offerors not wishing to register online must print complete and include FAR Clause 52.212-3, Offeror Representations and Certifications with their quote package. The government intends to make a single award for one lump sum including the entire scope of the work described. Offers for less than the required scope of work will not be accepted. The Government intends to award without discussions (while reserving the right to hold discussions if determined advantageous to the Government), and offerors are encouraged to provide their best proposed pricing in their initial offer. CCR registration is necessary, if you are not registered in the Central Contractor Registration (CCR) database, 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 03 February 2010 not later than 2:00 p.m. to U.S. Army Corps of Engineers, ATTN: Ellis Screws, 4155 East Clay Street, Vicksburg, MS 39183-3435. Quotes/offers may be submitted electronically via email, providing that they are complete and provide all required information to: Ellis.Screws@usace.army.mil. For information concerning this solicitation, contact Ellis Screws at (601) 631-5337; E-mail: Ellis.Screws@usace.army.mil. The following FAR Clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration (Apr 2008); FAR 52.211-16 Variation in Quantity (Apr 1984); FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999); FAR 52.212-3 Offeror Representations and Certifications - Offerors must include a completed copy of this provision with this offer; FAR 52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (AUG 2009) - Alternate II (MAY 2009), and the following clauses cited within that clause: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (Oct 1995); FAR 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009; FAR 52.204-11 American Recovery and Reinvestment Act reporting requirements; FAR 52.219-3 Notice of Total HUBZone Set-Aside (Jan 1999); FAR 52.219-8 Utilization of Small Business Concerns (May 2004); FAR 52.219-14 Limitations on Subcontracting (Dec 1996); FAR 52.219-28 Post Award Small Business Program Re-representation (Apr 2009); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.222-54 Employment Eligibility Verification (Jan 2009); FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; The full text of these FAR clauses can be accessed electronically at website: http://farsite.hill.af.mil/vffara.htm. The following DFARS Clauses are also applicable to this acquisition: DFARS 252.204-7004 (Alt A.) Central Contractor Registration; DFARS 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country; DFARS 252.212-7000 Offeror Representations and Certifications Commercial Items (Jun 2005); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2008); DFARS 252.225-7000 Buy American Act and Balance of Payments Program (JAN 2009); DFARS 252.232-7010 Levies on Contract Payments; The full text of these DFARS clauses can be accessed electronically at website: http://farsite.hill.af.mil/VFDFARA.HTM. American Recovery and Reinvestment Act 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. TECHNICAL INQUIRIES AND QUESTIONS All technical inquiries and questions relating to W912EE-10-T-0020 are to be submitted via Bidder/Offeror Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid/offer inquiry items, offerors will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click, continue. From this page you may view all bidder inquiries or add inquiry. Bidders/Offerors will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-10-T-0020 The Bidder/Offeror Inquiry Key is: LTS3K7-HFPM3G Bidders/Offerors are encouraged to submit questions at least 5 days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Special Notes to Offerors: "You are responsible for reading all information contained in this solicitation and any attachments posted with it. "Offerors should check the Fed Biz Opps Web Site often for new solicitation and/or modifications to this solicitation. "Quotes are due 03 February 2010 by 2:00 PM at the District Headquarters Office located at 4155 Clay Street, Vicksburg, MS 39183-3435. "Offerors are responsible for ensuring that their proposals arrive prior to the scheduled closing time. "Quotes must be clearly identified for Solicitation No W912EE-10-T-0020 to the Attn. of Ellis Screws, Vicksburg District Contracting Office.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-10-T-0020/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Vicksburg District, Lake Chicot Pumping Plant, Stockpile Site Yellow Bayou Road Lake Village AR
Zip Code: 71653
 
Record
SN02045100-W 20100122/100120234617-d9f86db01b7257dd57e6878a2f273912 (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.