Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2010 FBO #3196
SOLICITATION NOTICE

56 -- RECOVERY - Crushed Limestone

Notice Date
8/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
BIA-Acquisition Nashville 545 Marriott Drive Nashville TN 37214
 
ZIP Code
37214
 
Solicitation Number
RA001510122
 
Response Due
8/30/2010
 
Archive Date
8/23/2011
 
Point of Contact
Susan Sutton Senior Contract Specialist 6155646752 susan.sutton@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
N/A
 
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, Choctaw Agency, Philadelphia MS 39359 is soliciting quotes for approximately 3200 Tons of DOT 7 Crushed Limestone.Delivery will be to Choctaw Roads, 421 Powell, Philadelphia MS 39350, on an as-needed basis from date of award through 30 September 2011. *******************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 October 2010 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 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. RA001510122 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 2005-43. The associated North American Industrial Classification System (NAICS) code for this procurement is 423320 with a small business size standard of 100 employees. Contractors qualified to deliver this stone 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: Susan Sutton, 545 Marriot Dr., Ste. 700, Nashville TN 37214 or by email to susan.sutton@bia.gov by close of business, Central Standard Time, August 31, 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 - not to exceed 7 - required to make delivery on the below CLINs after it receives a delivery request 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). CLIN 0001: DOT 7 Crushed Limestone 3,200 Tons $________ Ea $_______________ 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 scheduled on an as-needed basis. The crushed limestone is scheduled to be used within a between September 2010 through September 2011. All material shall conform to Section S-703 Aggregates of the Mississippi Standard Specifications for State Aid Road and Bridge Construction, 2004 Edition. 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, whose quote conforming to the requirements herein, will be the most advantageous to the Government. CONTRACT CLAUSES: The following clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items;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; 52.504-07 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, and Local Taxes (April 2003). The Federal Acquisition Regulations clauses and provisions are available in the Internet at: http://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/RA001510122/listing.html)
 
Place of Performance
Address: Chactow RoadsPhiladelphia MS
Zip Code: 39350
 
Record
SN02251159-W 20100825/100823235222-f877bc2d602b766135558e7f34a3ab1f (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.