Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2012 FBO #3765
SOLICITATION NOTICE

56 -- RIP-RAP ROCKS

Notice Date
3/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212321 — Construction Sand and Gravel Mining
 
Contracting Office
M67399 MARINE CORPS AIR GROUND COMBAT CENTER 29 PALMS-RCO Twentynine Palms, CA
 
ZIP Code
00000
 
Solicitation Number
M6739912Q0018
 
Response Due
3/19/2012
 
Archive Date
4/3/2012
 
Point of Contact
LINDA LAMOREUX 760-830-3413 SSGT M ABUWI
 
E-Mail Address
<!--
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Combined Synopsis/Solicitation (RIP-RAP ROCKS) 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. The announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Quotation (RFQ), RFQ # M67399-12-Q0018 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55 February 2, 2012. This solicitation is reserved exclusively for Service Disabled Veteran Owned Business (100% SDVOB set aside). The North American Industry Classification System Code (NAICS) is 212321. The Standard Industrial Classification Code (SIC) for this order is 1442. The Small Business Size Standards is 500 EMP. The Federal Supply Classification (FSC) for this order is 5610. This solicitation is for the purchase of 8 -12 RIP-RAP ROCKS. Material is to be belly dumped or end dumped at the location described in the item descriptions. The following information is provided: CLIN 0001, Qty: 1,000 (Tons) Item Description: 8 -12 RIP-RAP ROCKS. Deliver to Building 5704, Camp Wilson. Special Instructions: 1. Delivery charge shall be included in CLIN price. 2. Required Delivery Date: CLIN 0001 2 and 3 Mar 2012: 1,000 tons are to be delivered for the airfield maintenance; no exceptions. Delivery time limited to 8 hours a day. There will be a military escort for each delivery. Delivery location is approximately 9 miles (one way) from MCAGCC front gate. Contractor is to have adequate trucks to make the delivery in one convoy. 3. Contractor shall contact Government personnel assigned by the Contracting Officer 24 hours in advance for logistics coordination with MWSS-374 and acceptance of all delivered material. 4. Contractor shall provide one hour on-site standby time at no cost to the Government. The awardee of this award is required to be registered with, understand, and invoice through Wide Area Workflow. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFAR) provisions and clauses are applicable to this acquisition. All provisions and clauses may be found at the following website: http://farsite.hill.af.mil/. FAR: 52.211-17, 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5(a)(b)(4)(6)(11)(21)(24)(25)(26)(27)(28)(29)(36)(37)(45), 52.222-25, 52.233-4, 52.237-2 and 52.247-34. DFARS: 252.203-7000, 252.204-7004 (Alt A), 252.212-7000, and 252.212-7001(a)(b)(1)(6)(I)(23)(29)(I)(IV)(c). Note: The complete provision of Federal Acquisition Regulation (FAR) 52.212-3 must accompany bid submittal. The Government intends to issue one (1) award from this solicitation, to the responsible/responsive quote whose quote will be the most advantageous to the Government. The Basis for Award is best value. The Government will make an award that proves to be the best all around value to the Government, utilizing the following evaluation criteria: Lowest Price Technically Acceptable. *** It is very important that all vendors and contractors follow all instructions provided below, when quotes are submitted *** Please include affirmative certification of ability to comply with Required Delivery Date. Additional information required in quotation: DUNS #, CAGE CODE #, and TIN #. The Government is seeking F.O.B Destination. If you have any questions or concerns, please contact Rowena Hardgrove at 760-830-5336 or Email: linda.lamoreux@usmc.mil. Quotations are due by 0800 (8:00 AM) PST March 19, 2012 at the Purchasing & Contracting Branch, Marine Corps Air Ground Combat Center(MCAGCC), Marine Corps Air Ground Task Force Training Command (MCAGTFTC), Bldg 1102, Door 21, Twentynine Palms, CA 92278-6053, ATTN: Linda Lamoreux, Purchasing Agent, Telephone # 760-830-3413, Email: linda.lamoreux@usmc.mil. Faxed quotations will not be accepted. The Projected Award Date for this requirement is 21 MARCH 2012. Please submit your quotations via any method listed below: E-mail Federal Express or like Service Hand-Carried to the Office MCAGCC Access/Security Requirements-Contractor and Contractor-Employee Access Conditions: 1. Access Procedures Are Mandatory: All contractor employees are required to obtain business access or permanent business access. Daily access procedures must not be used to circumvent background check requirements outlined below. Attempts to improperly use daily access procedures may result in denial of access to the involved employees. 2. Business Access: Required for contractor employees requiring access for periods from one day to one year. Submit the following: A valid form of Federal or state government I.D. If driving a motor vehicle, a valid driver's license, vehicle registration and proof of insurance. Proof of employment on a valid Government contract (e.g., a letter from the prime contractor including contract number and term). Proof of an employee background check conducted within the past year covering the previous two years. Contractor employee background checks are conducted at contractor expense. The background check: (a)must establish the employee's citizenship or legal alien status. Acceptable documents include birth certificate, Immigration and Naturalization Service (INS) forms and passports. (b)must include proof of a criminal records check from the county or state where the employee resided for the previous two years (or length of legal residence for foreign nationals in the U.S. for less than two years). (c)will be subject to Government verification via the FBI National Crime Information Center (NCIC) Interstate Identification Index (III). If the background check is selected for verification, the employee will be required to submit fingerprint records to the FBI Automated Fingerprint Identification System (AFIS) database. NCIC checks and fingerprinting will be performed at Government expense. Note: All contractor personnel performing work under this contract requiring access to the military installation shall obtain personal entry and a vehicle pass from the Provost Marshal s Office (PMO) of the Combat Center. For the MCAGCC/MAGTFTC, this process includes the completion of a COMBAT CENTER ACCESS AUTHORITY letter issued by the Regional Contracting Office (NW). 3. Permanent Business Access: Required for contractor employees requiring access for periods from one to three years. Submit all items listed above under business access. NCIC check and fingerprint of all contractor employees will be conducted at Government expense. Contractor-provided background checks will be reevaluated annually, and will be updated by the contractor as required at the contractor s expense. 4. Emergency Access: Each Marine Corps installation develops its own procedures which allow the contractor quick access without compromising installation security for situations in which contractor response is crucial in order to preserve and/or restore critical facilities. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 5. Installation Access Badges: Each Marine Corps installation develops its own procedures for readily identifying contractor employees working on the installation. The installation may either provide access badges to individual contractor employees at government expense or it may require the contractor to provide badges to its employees, at its expense. The contractor is responsible for ascertaining and complying with the procedures established by each installation on which it does business. 6. Denial of Access: The Commanding General of each installation has broad authority to remove or exclude any person in fulfilling his responsibility to protect personnel and property, to maintain good order and discipline, and to ensure the successful and uninterrupted performance of the Marine Corps mission. In the exercise of this authority, the Commanding General may refuse to grant access or may bar contractor employees, including employees who have previously been granted access. Refusal to grant an employee access or barment of an employee does not relieve the Contractor of the responsibility to continue performance under this contract. Among other reasons, access may be denied if it is determined that an employee: a. is on the National Terrorist watch List. b. is illegally present in the United States. c.is subject to an outstanding warrant. d.has knowingly submitted an employment questionnaire with false or fraudulent information. e. has been issued a debarment order and is currently banned from military installations. 7. Employee Identification: Contractor personnel performing work under this contract shall be readily identifiable as an employee of the contractor through the use of uniforms or nametags, or via an alternate method approved by the Contracting Officer. 8. Employee Compliance. The Contractor s employees shall observe and comply with all MCAGCC/MAGTFTC rules and regulations applicable to contract personnel, including those applicable to the safe operation of vehicles, and shall not be present in locations not required for the proper performance of this contract. Contractor personnel and equipment entering a military installation are subject to security checks. Contractor personnel shall follow any direction given by military police, law enforcement, or other security or safety personnel. 9. Contract Termination: The Contractor is responsible for ensuring clearances, permits, passes, or security badges are promptly returned to the issuing activity upon termination of an employee, completion of a project, or termination of a contract or subcontract. (end of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67399/M6739912Q0018/listing.html)
 
Record
SN02696802-W 20120316/120314235548-3b2c564411c2047297d07b09c4bd8cb6 (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.