SOLICITATION NOTICE
56 -- Hot Mix Asphalt (HMA) Concrete Test Sections
- Notice Date
- 12/21/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 324121
— Asphalt Paving Mixture and Block Manufacturing
- Contracting Office
- USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
- ZIP Code
- 39180-6199
- Solicitation Number
- W81EWF12948006
- Response Due
- 12/23/2011
- Archive Date
- 2/21/2012
- Point of Contact
- Anna E. Crawford, 601-634-5320
- E-Mail Address
-
USACE ITL, GSL, EL, CHL, Vicksburg
(anna.crawford@usace.army.mil)
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. Quotes are being requested via this synopsis and a written solicitation will not be issued. Requisition Number W81EWF12978006 is being issued as a request for quotes (RFQ) with intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-54. The US Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC) Vicksburg, MS, Geotechnical and Structures Laboratory, has a requirement for: BACKGROUND: The Airfields and Pavements Branch (APB) of the U.S. Army Engineer Research and Development Center's (ERDC) Geotechnical and Structures Laboratory has been tasked to evaluate the benefit of using geogrids for base course reinforcement in airfield pavements. Additionally, APB has also been tasked to improve the saw cutting rates on airfield-quality concrete when repairing bomb-damaged pavements. Both of these projects will require hot mix asphalt (HMA) concrete test sections. REQUIREMENTS: See attached Statement of Work. See attached Required Mix Design. See attached Quality Assurance Surveillance Plan. RESPONSES: Response to this SOW shall include the following information: 1. Company name, address, point of contact, phone number, and e-mail address. 2. Statement addressing current registration status in CCR 3. Completed Representation and Certification as prescribed in FAR 52.212-3 Alt I 4. Offeror must submit detailed technical information addressing the requirements of the Statement of Work (SOW) to include the Execution Plan and Equipment. 5. The cost breakdown should include the line items listed below. CLIN 0001 - Description: Labor, Quantity: 1, Unit: Lump Sum, Unit Price: $____________, Total Price: $____________ CLIN 0002 - Description: Materials, Quantity: 1, Unit: Lump Sum, Unit Price: $____________, Total Price: $____________ CLIN 0003 - Description: Shipping, Quantity: 1, Unit: Lump Sum, Unit Price: $____________, Total Price: $____________ Total of CLIN 0001-0003 $____________ CLAUSE INCORPATED BY REFERENCE: 52.202-1, Definitions 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.223-5, Pollution Prevention and Right-to-Know Information 52.223-10, Waste Reduction Program 52.225-13, Restrictions on Certain Foreign Purchases 52.232-1, Payments 52.232-8, Discounts For Prompt Payment 52.232-11, Extras 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.247-34, F.O.B. Destination 52.247-68, Report of Shipment (REPSHIP) 52.249-1, Termination For Convenience Of The Government (Fixed Price) (Short Form) 252.204-7004 Alt A, Central Contractor Registration, Alternate A 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials FAR Provision 52.212-1, Instructions to Offerors Commercial Items FAR Provision 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Award will be made using the lowest price technically acceptable method. Offerors must include a completed copy of FAR Provision 52.212-3 Alt I, Offeror Representations and Certifications Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items FAR Clause 52.236-13, Accident Prevention. FAR Clause 52.228-5, Insurance - Work On A Government Installation DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS Clause 252.232-7010, Levies on Contract Payments DFARS Clause 252.204-7003, Control of Government Personnel Work Product DFARS Clause 252.201-7000, Contracting Officer's Representative Quotes are due Friday, December 23, 2011 by 9:00 AM (Central Time Zone). Quotes will be accepted by email ONLY at Anna.Crawford@usace.army.mil. Questions regarding this solicitation must be made by email to Anna Crawford at Anna.Crawford@usace.army.mil. A Question and Answers document will be posted periodically answering all questions submitted. It is the offeror's responsibility to check this posting for any updates made to the Question and Answer document.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF12948006/listing.html)
- Place of Performance
- Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
- Zip Code: 39180-6199
- Zip Code: 39180-6199
- Record
- SN02643394-W 20111223/111221234454-224302d592aefe343fa9b4620af959a6 (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 |