Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2011 FBO #3455
SPECIAL NOTICE

56 -- Aggregate-CRUSHER RUN, SURGE, RIPRAP

Notice Date
5/9/2011
 
Notice Type
Special Notice
 
NAICS
423320 — Brick, Stone, and Related Construction Material Merchant Wholesalers
 
Contracting Office
MICC Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L11T0049
 
Archive Date
5/8/2012
 
Point of Contact
Imelda Chagolla, 580-442-5450
 
E-Mail Address
MICC Fort Sill
(imelda.chagolla@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION (I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, 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. (II)This Solicitation W9124L-11-T-0049 is a Request for Quote (RFQ) for Crusher Run, Surge and Riprap in accordance with the Government's requirement. (III)This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-50, effective April 15, 2011. (IV)FOB Destination. (V)This is set aside 100% for Small Business and the associated NAICS code is 212312, size standard is 500 employees. CLIN 0001. Aggregate, 2 " Crusher Run, 11,050 Actual Tons, Estimated in actual tons. CLIN 0002 Aggregate, 8' Surge, 1,490 Actual Tons, Estimated in actual tons CLIN 0003 Aggregate, 12" RIPRAP, 1,490 Actual Tons, Estimated in actual tons (VI) The materials will be delivered to Fort Sill Ranges as specified. Delivery shall be on call as needed and made within 24 hours of request. (VII) The requirement shall be FFP. (VIII) Delivery shall be May 31, 2011 to September 30, 2011. (IX) Statement of Work (SOW): the required material shall be delivered to Fort Sill ranges to include East, West, and Quanah Ranges. One-way delivery distance can range from 1 to 40 miles from Apache Gate. Aggregate material must be uniformed in size. Delivery shall be on an as-needed basis and made within 24 hours of request. Some materials will be in orders as little as 10 tons per day up to 900 tons per day, and will be delivered in rough or wet terrain. Some orders may require end dump and some orders may require belly dump trailers. Due to occasional rough and uneven terrain, end dump trailer length shall not exceed 24 feet. Deliveries will be made between 7:30 am and 4:00 pm (Monday - Friday). All delivery trucks must enter Fort Sill through Apache Gate off of State Highway 49. Upon entering Fort Sill, drivers must contact ITAM office for an escort or directions to the delivery site. ITAM phone number is 580-442-6566 or 580-442-6461. At delivery, drivers must present statement for materials delivered to include Destination, Date of Delivery, Ticket Number, Total Tons Ordered, Total Tons Shipped, Tons Delivered, and Type of Material. All requests will originate through ITAM. Period of Performance is May 31, 2011 through September 30, 2011. POC's are Justin Kretzer at 580-442-6566 or George Ponder at 580-442-2904 or 580-442-3162. (X)The following clause applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors--Commercial items. The following provision is being added as an Addendum: FAR 52.214-31, Bidders may submit facsimile bids as responses to this solicitation. (XI)REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. i.Offerors are to include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. ii.The following clauses apply to this acquisition: FAR 52.204-4 -- Printed or Copied Double-Sided on Recycled Paper. 52.204-7 -- Central Contractor Registration. 52.204-9 -- Personal Identity Verification of Contractor Personnel. 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.222-36 -- Affirmative Action for Workers With Disabilities. 52.223-18 -- Contractor Policy to Ban Text Messaging While Driving. 52.228-5 -- Insurance -- Work on a Government Installation. The following DFAR clauses apply to this acquisition: 252.201-7000 Contracting Officer's Representative. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.204-7003 Control of Government Personnel Work Product. 252.204-7004 Alternate A, Central Contractor Registration. 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country. 252.211-7003 Item Identification and Valuation. 252.232-7010 Levies on Contract Payments. iii.52.211-16 -Variation in Quantity (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: _10%_ Percent increase _ 10%_Percent decrease This increase or decrease shall apply to the total contract quantity (End of Clause) iv.The following clauses will be incorporated into award in full text 52.215-5, 52.252-2, 252.212-7001. v.The following clause is applicable to this acquisition: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 252.225-1, 52.225-3 (iii), 52.232-33. vi.The following clauses are applicable to this acquisition: DFAR 252.212-7001. The following DFAR clauses within the aforementioned clause are selected as applicable:52.203-3, 252.203-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.232-7003, 252.243-7002. In addition, the following DFAR clauses apply to this acquisition: DFARS Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. vii.The following provisions will be incorporated into this solicitation by reference: 52.212-1-Instructions of Offerors - Commercial Items. 52.212-3 Offeror Representation and Certifications-Commercial Items. 52.252-1 Solicitation Provisions IBR. 252.209-7001-Disclosure of Ownership of Control by the Government of a Terrorist Country. 252.212-7000-Offeror Representations and Certification-Commercial Items. 252.225-7031-Secondary Arab Boycott of Israel. viii.AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program. the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) ix.DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) a. Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. b. In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. c. Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) (XII)CLARIFICATIONS AND ADDITIONAL REQUIREMENTS APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately mile). Entrance to Apache Gate is on the left (south). PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. INSURANCE REQUIREMENTS In addition to any Insurance which may be legally required, the Contractor and any subcontractors shall procure and maintain during the entire period of performance under this contract the following minimum insurance coverage: (See FAR 28.307-2) a. COMPREHENSIVE GENERAL LIABILITY INSURANCE: Bodily injury liability insurance in the minimum limits of $500,000 per occurrence and property damage liability insurance in the minimum limits of $100,000 per occurrence shall be required on the comprehensive form of policy. b. AUTOMOBILE LIABILITY INSURANCE: This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. c. WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE: As required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workman's Compensation Insurance shall extend to cover employer's liability for accidental bodily insurance or death and for occupational disease with a minimum liability limit of $100,000. CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS Contractors are advised: For Invoices use the Invoice/Receiving Report (Combo) type. DO NOT USE: The Fast Pay Option Use the following DoDAAC's when providing invoices and receiving reports. Administered By:W9124L Payment Official:W91WZ7 Issued By: W9124L Ship To:W91WZ7 NOTE: Failure to include the following additional email addresses for the Specialist and Acceptor could result in a delay in payment of your invoice. ACCEPTOR POC: George Ponder ACCEPTOR EMAIL:george.ponder@us.army.mil SPECIALIST EMAIL:mae.l.snyder@us.army.mil For WAWF issues contact: WAWF Customer Service at 1-866-618-5988 / 1-801-605-7095 or by email at cscassig@csd.disa.mil For Receiving Report inquiries contact: Acceptor POC identified above. SUBMISSION FORMAT FOR INVOICES VENDORS/CONTRACTORS MUST SUBMIT THEIR INVOICES IN THE FOLLOWING FORMAT: 1.NAME AND ADDRESS. 2.CONTRACT/PURCHASE ORDER NUMBER, INCLUDING DELIVERY ORDER NUMBER. (MUST INCLUDE COMPLETE NUMBER, (i.e. W9124L-xx-x-xxxx or DABK35-xx-x-xxxx or DABT39-xx-x-xxxx)). 3.DESCRIPTION, PRICE, AND QUANTITY OF PROPERTY OR SERVICES ACTUALLY PROVIDED. 4. SHIPPING AND PAYMENT TERMS. 5. COMPLETE MAILING ADDRESS. 6. TELEPHONE NUMBER AND ADDRESS FOR NOTIFICATION IN CASE OF DEFECTIVE INVOICE. NOTE: INVOICES MUST MATCH PURCHASE ORDER/CONTRACT IN DESCRIPTION AND UNIT OF ISSUE. DEFECTIVE INVOICES WILL BE RETURNED. EVALUATION AND AWARD The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors (e.g., past performance, delivery, socio-economic status and/or quality). Award will be made based upon the best value to the Government in accordance with procedures in FAR 8.405-5(b) and/or FAR 13.106-2(b). VEHICLE REGISTRATION AND IDENTIFICATION The Contractor shall register Contractor-owned vehicles and shall require his employees to register privately-owned vehicles at Bldg 4700 Moway Road, Vehicle Registration Section, Room 231 in compliance with AR 190-5 and USAFACFS Supplement 1 to AR 190-5. Vehicle Registration Section requires each employee provide a letter of employment on Company letterhead at time of registration. Vehicles shall be registered within five working days after contract start date and within five working days when a new employee is hired after contract start date. Contractor-owned vehicles shall be identified with the firm's name on both sides of the vehicle with lettering or identifying signs as outlined in AR 58-1. The Contractor shall remove employee vehicle-registration decal and contact the Vehicle Registration Section to cancel registration the same day an employee is no longer in the employ of the contractor and two working days prior to completion or termination of the Contract. The Contractor shall instruct his employees that they shall cancel registration of their POV within one working day following the sale or trade of a previously-registered vehicle CONDUCT OF EMPLOYEES The Contractor's employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Mae Snyder at email mae.l.snyder@us.army.mill and Carmen G. Lee (KO) at email carmen.g.lee@us.army.mil. Clarifications and/or questions are due 11 May 2011 by 4:00PM. Sufficient time should be allowed for a reply to reach bidders/offerors before submission of their bids/offers. No phone calls, email only. Oral explanations will not be binding. COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. (XIII)Submission of quotes shall be forwarded by May 13, 2011, 4:00 P.M. CST using either facsimile at (580) 442-8014 or email mae.l.snyder@us.army.mill AND carmen.g.lee@us.army.mil (XIV)The points of contact for this acquisition are Contract Specialist, Ms. Mae Snyder (580) 442-8895, or Contracting Officer, Ms. Carmen G. Lee (580) 442-3404.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f7500f66d05a3fdae9c28d0bd6f16d21)
 
Record
SN02443520-W 20110511/110509234838-f7500f66d05a3fdae9c28d0bd6f16d21 (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.