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 -- Crusher Run Limestone

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
Q5130100023
 
Response Due
9/9/2010
 
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
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 #Q5130100023. 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 Crusher Run Limestone. This solicitation is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 212312 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, haul and dump crushed/cleaned Pyrite free limestone at a rate of at least 20 tons per hour. This acquisition consists of two line items. Unit of issue is TON. Unit prices quoted shall be for each item and include shipping (hauling) costs. Contract Time: 182 calendar days (September 30, 2010 - March 31, 2011) Quotes: Line Item 0001 - #4 cleaned limestone (shall be Pyrite free); provide, haul, and tailgate spread and/or dump. Delivery Locations and Quantities: West Entrance of the Big South Fork National River and Recreation Area Truck deliver and tailgate will spread and/or dump - 1,815 Tons. Delivery shall be provided at least 20 tons per hour. Line 0001 - $___________________per ton $________________total Line Item 0002 - #4 cleaned limestone (shall be Pyrite free); provide, haul, and tailgate spread and/or dump. Delivery Locations and Quantities: Station Camp Parking Lot of the Big South Fork National River and Recreation Area Truck deliver and tailgate will spread and/or dump - 605 Tons. Delivery shall be provided at least 20 tons per hour. Line 0002 - $___________________per ton $________________total Total Quote for both Line 0001 & Line 0002 - _______________total 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. Two detailed delivery maps are available upon request. Questions regarding this project must be submitted in writing via e-mail to Pamela_Lyons@nps.gov no later than 2:00pm, Thursday, 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 9, 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/Q5130100023/listing.html)
 
Place of Performance
Address: Big South Fork National River & Recreation AreaOneida, TN
Zip Code: 37841
 
Record
SN02262759-W 20100902/100901000335-0117df39d9642a5a7654873593154beb (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.