MODIFICATION
96 -- Supply, deliver, and spread 250 tons of Quicklime Fines to the Bonnet Carre Spillway
- Notice Date
- 12/7/2010
- Notice Type
- Modification/Amendment
- NAICS
- 327999
— All Other Miscellaneous Nonmetallic Mineral Product Manufacturing
- Contracting Office
- USACE District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
- ZIP Code
- 70160-0267
- Solicitation Number
- W912P8-11-T-0009
- Response Due
- 1/7/2011
- Archive Date
- 3/8/2011
- Point of Contact
- Lauren Gandolfi, 504-862-2340
- E-Mail Address
-
USACE District, New Orleans
(lauren.gandolfi@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- CANCELLED - 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. RFQ Reference #: W912P8-11-T-0009 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; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-46. This combined synopsis/solicitation is being issued on an Unrestricted basis. NAICS Code is 327999 and SBA Size Standard is 500 employees. Scope of Work: The USACE, New Orleans District has a requirement for to supply, deliver, and spread Quicklime Fines. The estimated Quantity of material is 250 TONS. The Quicklime shall meet the specifications of ASTM C 977, High Calcium Quicklime. Quicklime particle size shall not exceed 0.25 inches. Supplier shall deliver to Governments designated Borrow Pit at Bonne Carre Spillway located in St. Charles Parish, LA. Delivery Trucks shall be pneumatic and capable of spreading the Quicklime pneumatically to the spreader. Specifications for Spreader: Trailer Spreader: 528 cu. ft. hopper (96'' wide x 108'' high) PTO body chain Tandem axle, 21.5'' 14 ply tires Hydraulic spreading auger and rear metering gate, 15 ton capacity. Additional specs: Sealed, reinforced 7 gauge steel hopper Pneumatic fill (4'') Hydraulic spreading auger (9 inch x 8 ft wide) UHMW plastic flooring 30 inch wide body chain using D667 (heavy duty) KC chains Hydraulic rear metering gate, High-capacity, low psi relief vent Access panels along sides High-capacity filter tank to clean fill air Dust curtains around auger trough All units sized to be 13' 6'' (or less) when loaded onto a 24'' dropdeck trailer. Delivery Date/Location: Delivery shall be to the Governments designated Borrow Pit at Bonne Carre Spillway located in St. Charles Parish, LA. Delivery shall be on or about 13 December 2010 13 January 2011. Quotes must also include firm pricing and proposed Delivery Schedule as follows: Line Item 0001: Unit price per TON and Total Price of material delivered and spread on-site for a total of 250 TONS of Quicklime. This resultant contract/purchase order will be firm fixed price. The requirement will be solicited and evaluated under FAR Part 12 Commercial Items and FAR part 13.5 Simplified Acquisition Procedures. The following provisions and clauses are applicable to subject solicitation: FAR 52.204-7 - CCR FAR 52.212-1 - Instructions to Offerors - Commercial FAR 52.212-4 - Terms and Condition Commercial FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-19 - Child Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of Vietnam War, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 - Combating Trafficking in Persons FAR 52.225-3 - Buy American Act--Free Trade Agreements--Israeli Trade Act FAR 52.225-13 - Restrictions on Foreign Purchase FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.232-33 - Payment by EFT - CCR FAR 52.247-34 - FOB Destination FAR 52.252-2 - Clauses Incorporated by Reference DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - Required Central Contractor Registration DFARS 252.212-7001 - Dev Terms and Conditions DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.232-7003 - Electronic Submission of Payment Requests IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. A single contract award will be made to the responsive, responsible offeror whose offer is determined to offer the lowest price and meets or exceeds the technical requirement outlined in the Scope of Work and specifications and meets or exceeds the delivery schedule. IMPORTANT Information regarding Quotations/Proposals: All quotes/proposals shall include the following minimum information: - Company Name and Address, Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email. - Quotes must also include firm pricing and proposed Delivery Schedule as follows: Line Item 0001: Unit price per TON and Total Price of material delivered and spread on-site for a total of 250 TONS of Quicklime. - IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. All responsible sources may submit a quotation which shall be considered. Quotations shall be emailed to lauren.gandolfi@usace.army.mil no later than November 30, 2010 @ 12:00PM CST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA29/W912P8-11-T-0009/listing.html)
- Place of Performance
- Address: USACE District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
- Zip Code: 70160-0267
- Zip Code: 70160-0267
- Record
- SN02339943-W 20101209/101207234120-a1f3fa3b42551e5579727fcd81f5f3b4 (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 |