SOLICITATION NOTICE
56 -- RECOVERY - BASE AGGREGATE
- Notice Date
- 2/1/2010
- Notice Type
- Presolicitation
- Contracting Office
- Bureau of Indian Affairs - Rocky Mountain Region 316 North 26th Street Billings MT 59101
- ZIP Code
- 59101
- Solicitation Number
- RA000410041
- Response Due
- 2/19/2010
- Archive Date
- 2/1/2011
- Point of Contact
- Mary King Contracting Officer 4062477941 ;
- 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
- RECOVERY: 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,Rocky Mountain Regional Office, Division of Transportation, Billings, Montana is soliciting quotes for approximately 9856 Cubic Yards of Base Course Aggregate. *******************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 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, maintain, report the required reporting and special reporting information as required by FAR 52.204-11 to BIA Contracting Officer within 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 fixed price contract with estimated quantities 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 presolicitation notice/procurement for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Solicitation No. RA000410037 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 2005-29. The associated North American Industrial Classification System (NAICS) code for this procurement is 488490. Contractors qualified to deliver Base Course Aggregate 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, Rocky Mountain Region Office, Division of Acquisition, Attn: Mary King, 316 North 26th Street, or by email to Mary.King@bia.gov by close of business, Mountain Time, February 19, 2010 at 1:00 PM. Facsimile quotes will not be accepted. Contractor must provide within its quote the number of days - not to exceed 7 - required to make delivery on the below Projects and Locations after it receives a delivery request from the government's authorized Point of Contact for location. QUOTE: Interested contractors shall submit a quote on the following Line Item Number: (Unit Price shall include applicable delivery costs, fuel surcharges, and taxes (if applicable). 0001: 9856 Cubic Yards of Base Course Aggregate to be dellivered to the Staging area located 1/4 miles east of Mile Post 28 on the Northern Cheyenne Indian Reservation in Lame Deer, Montana 59043 $___________ Per Ton = $ ___________________ 0002: TERO Tax (If Applicable) $___________ (One time Fee) 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. Must meet requirements of section 703.5 and Table 703-2 Grading Designation "D" of the Standard specifications for Construction of Roads and Bridges on Federal Highway Projects FP-03 which can be found at www.wfl.fha.dot.gov/design/specs/fp03.htm. INSPECTION: Materials will be inspected when delivered and proof of compliance must be presented to government's Project Supervisor before acceptance of materials. AWARD: Award will be made to the lowest priced offeror, whos quote conforming to the requirements herein, will be the most advantageous to the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA000410041/listing.html)
- Place of Performance
- Address: NORTHERN CHEYENNE RESERVATION, LAME DEER, MONTANA
- Zip Code: 59043
- Zip Code: 59043
- Record
- SN02054659-W 20100203/100201235049-3432d135a8752a2efc1f32c2fc371179 (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 |