Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
SOLICITATION NOTICE

56 -- 6" Cellular Concrete Revetment Blocks for Big South Fork National River & Recreation Area.

Notice Date
8/31/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
SER - CUGA - Cumberland Gap National Historical Park HeadquartersP.O. Box 1848 Middlesboro KY 40965
 
ZIP Code
40965
 
Solicitation Number
Q5130100022
 
Response Due
9/8/2010
 
Archive Date
8/31/2011
 
Point of Contact
Pamela Lyons Purchasing Agent 60624828171059 Pamela_Lyons@nps.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
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; quotes are being requested. A written solicitation will not be issued. This solicitation is being issued as RFQ #Q5130010022. The U.S. Department of the Interior, National Park Service, Big South Fork National River & Recreation Area, located in Oneida, TN has a requirement for 6" Cellular Concrete Revetment Blocks. This solicitation is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 327331 and the size standard is 500 employees. The Government intends to award a firm fixed price contract in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. ABBREVIATED STATEMENT OF WORK The Contractor shall provide and deliver fourteen packages (truck loads) of 6" Cellular Concrete Revetment Blocks. This acquisition consists of one line item. Unit of issue is package. Unit prices quoted shall be package and include delivery of all ordered materials on item 0001 and 0002. This project is located in the Big South Fork National River & Recreation Area. Contract Time: September 20, 2010 - May 31, 2011 Quotes: Line Item 0001 - 6" Cellular Concrete Revetment Blocks Block Specifications Concrete The unit weight of the concrete used shall not be less than 125 pounds per cubic foot on an oven dried basis. Pre-cast concrete and machine made blocks shall have a 4,000 psi minimum compressive strength. Cellular Concrete Blocks The Cellular concrete blocks shall be interlocking components dimensioned within a 1611 module. Each component shall lock into a minimum of three adjacent components in order to inhibit horizontal movement. Permeability The assembled cellular block system shall have voids at ground/block interface of a minimum of 16% and shall provide, when required, adequate channels between cells below the top level of the blocks for the migration of vegetation from cell to cell. Flexibility The assembled cellular concrete block system shall flex to a minimum of three foot radius in any two directions a minimum of 60 degrees apart without separation of the blocks at the base. The interlock must remain securely fastened at this radius.Qty Required 12 pair blocks per pallet = 18.45 square foot Each Truck load delivered will contain a total of 44 pallets = 813.12 square foot per truckApproximate Pallet Weight = 980 lbs.**Pallet weight shall be limited to 1,000 lbs per pallet due to park equipment limitations. Vendor must adhere to this requirement. Line Item 0001 - Station Camp Delivery Location # 1: Station Camp Parking Lot, located near Horse Camp For the purposes of calculating delivery charges the address adjacent to the Station Camp Parking lot is as follows: Station Camp Horse Camp4504 Station Camp RoadOneida, TN 37841Delivery Amount for Delivery Location #1: 6 Truck Loads Line Item 0002 - West EntranceDelivery Location #2: West Entrance of Big South Fork NRRA, just off Hwy 297 in Fentress County near the West Entrance of the Park. For the purposes of calculating delivery charges the address adjacent to the West Entrance is as follows: Here is a link (google maps) to the approximately delivery location: Leatherwood Ford RdJamestown, TN 38556 Delivery Amount for Delivery Location #2: 8 Truck Loads Approximate Delivery Schedule:Deliveries will begin November 2010 with a delivery of approximately three packages (truck loads) twice a month each month thereafter, weather permitting as coordinated with the COTR. 6" Concrete Revetment Blocks shall be delivered only after contacting Steve Bakaletz, to arrange for individual deliveries.Bid Schedule Line 0001 - Station Camp - $__________Per Package (Truck Load) X 6 Packages (Truck Loads) = $__________Total Line 0001 Line 0002 - West Entrance - $__________Per Package (Truck Load) X 8 Packages (Truck Loads) = $__________Total Line 0002 The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52.212-02, Evaluation - Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision: Quotes will be evaluated based on best value to the Government, which will result from low price and past performance. FAR 52.212-03, Offeror Representations and Certifications - Commercial Items; FAR 52.212-04, Contract Terms and Conditions - Commercial Items; FAR 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) the following clauses apply: FAR 52.219-06; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-36; FAR 52.222-37; FAR 52.225-01; FAR 52.232-33); FAR 52.204-07, Central Contractor Registration; FAR 52.211-05, Material Requirements; FAR 52.223-06, Drug-Free Workplace; FAR 52.247-34, FOB Destination. The following special contract requirement(s) apply: Executive Order 13513 Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving. The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/FAR. The contractors identified for the competition are required to be registered on all three of the following websites: National Business Center (NBC) - http://ideasec.nbc.gov/, the Central Contractor Registration System (CCR) - http://www.ccr.gov/, and Online Representations and Certifications (ORCA) - www.bpn.gov/ Place of Performance is various locations throughout the Big South Fork National River & Recreation Area. Maps of the park are located at: http://www.nps.gov/biso/planyourvisit/maps.htm Questions regarding this project must be submitted in writing via e-mail to Pamela_Lyons@nps.gov no later than 2:00 pm,September 2, 2010. Quotes shall be submitted in writing on company letterhead and shall include the RFQ number, the company name, a point of contact, address, phone number, fax number, e-mail address, DUNS number, delivery period, unit price, extended price, and any prompt payment discount terms. Quotes are due September 8, 2010 by 2:00 PM EST. Quotes may be faxed to 606-248-7276 or e-mailed to Pamela_Lyons@nps.gov by the due date. For additional information contact Contracting Officer Pamela Lyons at 606-246-1059. All responsible and timely offers may be considered for award in accordance with FAR Parts 13.106-02 and 13.106-03.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q5130100022/listing.html)
 
Place of Performance
Address: Oneida, TN
Zip Code: 37841
 
Record
SN02262751-W 20100902/100901000331-2b389ac1488eeb9afbd1fc2e65b23d73 (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.