Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
SOLICITATION NOTICE

56 -- ASPHALT PAVING MATERIAL FOR AIR STAION 2 (FT INDIANTOWN GAP) 201ST RHS

Notice Date
3/15/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324121 — Asphalt Paving Mixture and Block Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 193 Special Operations Wing, Contracting Office Alley, 79 Mustang Alley, Middletown, Pennsylvania, 17057
 
ZIP Code
17057
 
Solicitation Number
F7AG0A2065A001
 
Archive Date
4/13/2012
 
Point of Contact
Erik J Smith, Phone: 7179483105, Natonya Hill, Phone: 7179482362
 
E-Mail Address
erik.smith.6@ang.af.mil, Natonya.hill@ang.af.mil
(erik.smith.6@ang.af.mil, Natonya.hill@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. This requirement is being solicited in FED BIZ OPPS system for competition. The NAICS Code for this requirement is 324121 with a size standard of 500 employees. Solicitation number F7AG0A2065A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-57 effective 15 Mar 2012. The Government intends to award one contract for Asphalt Material for the 201st Red Horse Squadron/Civil Engineer, Ft. Indiantown Gap, Pennsylvania. Include the unit price and the extended price for all CLINs CLIN SERVICE DESCRIPTION 0001 Asphalt Base Course Materail Qty of 200 TN FURNISH AND DELIVER ASPHALT BASE COURSE MATERIAL IN ACCORDANCE AND CONFORMING WITH PENN. DOT SECTION 305 AND SECTION 403 FOR RAP REQUIREMENTS, IN ADDITION THE AGGREGATE-BITUMINOUS BASE COURSE SHOULD CONFORM TO PENN. DOT SECTION 320, WITH A TYPE C OR BETTER, STONE CONFORMING TO PENN. DOT SECTION 703.2 AND BULLETIN 25. DELIVERY WILL BE TO AREA 1, 2 and 15 ON FORT INDIANTOWN GAP AIR GUARD STATION, WITH A PROVIDED ON-CALL SCHEDULE. MATERIAL WILL BE OFF-LOADED INTO AN GOVERNMENT ASPHALT PAVER. DELIVERIES WILL BE DURING NORMAL DUTY HOURS, MONDAY THROUGH FRIDAY. MINIMUM LOADING PER TRUCK FOR PRICING PURPOSES IS 10 TONS. IN CASE SATURDAY DELIVERY IS REQUIRED, PLEASE PROVIDE THE ADDITIONAL FEE PER TON FOR SATURDAY DELIVERY. 0002 Asphalt ID2 Wearing Course Material Qty of 500 TN FURNISH AND DELIVER ASPHALT ID2 WEARING COURSE MATERIAL IN ACCORDANCE AND CONFORMING WITH PENN. DOT SECTION 305 AND SECTION 403 FOR REQUIREMENTS, IN ADDITION THE AGGREGATE BITUMINOUS BASE COURSE SHOULD CONFORM TO PENN. DOT SECTION 320, WITH A TYPE C OR BETTER, STONE CONFORMING TO PENN. DOT SECTION 703.2 AND BULLETIN 25. DELIVERY WILL BE TO AREA 1, 2 and 15 ON FORT INDIANTOWN GAP AIR GUARD STATION, WITH A PROVIDED ON-CALL SCHEDULE. MATERIAL WILL BE OFF-LOADED INTO AN GOVERNMENT ASPHALT PAVER. DELIVERIES WILL BE DURING NORMAL DUTY HOURS, MONDAY THROUGH FRIDAY. MINIMUM LOADING PER TRUCK FOR PRICING PURPOSES IS 10 TONS. IN CASE SATURDAY DELIVERY IS REQUIRED, PLEASE PROVIDE THE ADDITIONAL FEE PER TON FOR SATURDAY DELIVERY. FOB: Destination INSPECTION AND ACCEPTANCE: Destination DESIRED DELIVERY: All Deliveries will be complete Within 90 days After Receipt of Order (ARO) The following provisions and clauses apply to this procurement: FAR 52.204-4, Printed or Copied Double-Sided on Recycle Paper FAR 52.204-7, Central Contractor Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates 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; FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, in paragraphs (b) and (c) the following clauses apply: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33 FAR 52.219-1, Small Business Program Representations; FAR 52.219-1 Alt I FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses and provisions incorporated by reference. Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ DFARS 252.204-7004 Alt A, Central Contractor Registration DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, in paragraphs (b) and (c) the following clauses apply: 252.203-7000, 252.225-7001, 252.225-7002, 252.225-7021 Alt 1, 252.232-7003, 252.247-7023 DFARS 252.225-7000, Buy American-Balance of Payments Program Certificates DFARS 252.232-7010, Levies on Contract Payments AFFARS 5352.201-9101, Ombudsman All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number of invoice will be required to inquire on the status of your payment. 1. Basis of Award: A single award shall be made to a capable, responsive offeror who meets all solicitation requirements at the lowest total price for this item. 2. Quote Requirements: Quotes must include unit and extended prices for all line items, all required Offeror Representations and Certifications (See FAR 52.212-3 above), Offeror Cage Code and Discount Terms, if applicable. All quotes are due no later than Thursday, 29 March 2012 at 3:00 p.m. Easter Standard Time. Quotes may be e-mailed (preferred) to erik.smith.6@ang.af.mil or faxed to 717-948-2561. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered, you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36-1/F7AG0A2065A001/listing.html)
 
Place of Performance
Address: Areas 1, 2, and 15 of Ft Indiantown Gap, Annvilel, Pennsylvania, 17003, United States
Zip Code: 17003
 
Record
SN02698257-W 20120317/120315235617-644d818f429209a39214be8398255dd2 (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.