Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2012 FBO #3836
SOLICITATION NOTICE

V -- DIRT HAULING AT BONNET CARRE SPILLWAY IN NEW ORLEANS, LA.

Notice Date
5/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-12-Q-0038
 
Response Due
5/31/2012
 
Archive Date
7/30/2012
 
Point of Contact
Amy Starks, 901-544-0786
 
E-Mail Address
USACE District, Memphis
(amy.l.starks@usace.army.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 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912EQ-12-Q-0038 and is being issued as a Request for Quote (RFQ). This procurement is 100% Small Business Set-Aside. The associated NAICS code is 484220 with $25.5M. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the CLINS 0001 and 0002 as described in the statement of work below and attached map: CLIN 0001: 80,000 cubic yards of material (dirt) hauled from Bonnet Carre Spillway to Levee 2A, mileage is no more than 5 miles one way CLIN 0002: 2,000 cubic yards of material (dirt) hauled from Bonnet Carre Spillway to IHNC Wall, mileage is no more than 35 miles. DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK Contractor shall provide all necessary labor, equipment, material, supervision, transportation and any services to perform material (dirt) hauled from Bonnet Carre Spillway in accordance with this Performance Work Statement (PWS). Haul distance is estimated at 35 miles; however, the mileage could increase or decrease to meet the government needs. NOTE: Mr. Carl Hammitte and/or Mr. Matt Young (contact information included below) will provide exact delivery location. The following description of material requirements is provided below: Performance Work Statement: Performance Work Statement for material hauling from Bonnet Carre (Norco LA GPS Coordinates of Pit 30.014963, -90.434771) to two separate locations. The first location is Levee Reach 2A which is across Airline Hwy a mile down Lower Levee of Spillway (GPS Coordinates 30.023502, -90.399737 beginning working 9000') and the second site is IHNC Wall near intersection of Hayne Blvd and Jourdan Rd (GPS Coordinates. The material hauling will not be a continuous hauling due to the limited space available for truck maneuverability, weather and other factors. Material will be loaded into dump trucks at Bonnet Carre by Corps of Engineers (COE) employees and contractor will be given dump location by COE employees. All bids should be provided utilizing dump trucks and not fifth wheel dump bed trailers due to the limited maneuverability space. Dump truck shall be able to haul a minimum of 15 cubic yards of dirt per trip. The first day of hauling COE with Contractor will measure dump trucks. Contractor is required to provide some sort of tag representing truck and cubic yardage total, with a secure way to mount to truck. Contractor is required to provide drivers with a ticket that will be signed by COE personnel at dump site and provide two copies to COE when material is dumped. All dump trucks must be road worthy and have two measures of safely securing tailgate (chains and/or ratchet type along with mechanical hooking). Quick turnaround is necessary in order for the Government to fulfill its mission. Therefore, the service to be supplied under this purchase order shall commence within four (4) days of contract award. Quotes shall be submitted on Attachment #1 with product specs attached. Quotes shall be signed, and shall comply with FAR 52.212-1, Instructions to Offerors - Commercial Items. All certifications shall be completed at time of submission to include proposals for alternate delivery schedules. 1. Requirements: a.80,000 cubic yards of material (dirt) hauled from Bonnet Carre Spillway to Levee 2A, mileage is no more than 5 miles one way. b.2,000 cubic yards of material (dirt) hauled from Bonnet Carre Spillway to IHNC Wall, mileage is no more than 35 miles. 2. The Contractor is responsible for ensuring the contracted cubic yardage total is met and not exceeded. Any additional material over the contracted cubic yardage is deemed beneficial to the government and the responsibility of the contractor regarding payment. 3. The Contractor shall adhere to all OSHA standards and the Corps Safety Manual, EM 385-1-1. Vehicle weight limitations for operations on roads, streets, and bridges may affect the prosecution of work under this contract. The Contractor will be responsible for obtaining all necessary licenses and permits, and complying with all applicable Federal, State, and local laws applicable to its performance under this contract. 4. The period of performance is 60 days. Performance period will begin on the day the first load of material is hauled. 5. Invoices should be accompanied with load ticket information and truck identifying information and emailed to Matt.P.Young@usace.army.mil and mailed/emailed to USACE Finance Center address below. CEFC.B1invoices@usace.army.mil USACE Finance Center 5722Integrity Dr. Millington, TN 38054-5005 6. The office Point of Contact for this effort is Mr. Matt Young. Mr. Young can be reached at (901) 481-4470 or by e-mail: Matt.P.Young@usace.army.mil. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) A Quality Assurance Surveillance Plan (QASP) shall be provided at time of award. A QASP is a Government developed and applied document used to ensure that the Contractor performs all requirements of the Contract/Order, that the Government receives quality services, and that the Government pays only for services actually provided. The QASP provides a systematic method to evaluate the services the contractor is required to furnish. ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL TO: amy.l.starks@usace.army.mil, NLT 12PM CST, TUESDAY, 29 MAY 2012. Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.212-1 - Instructions to Offerors--Commercial Items is applicable to this solicitation. FAR 52.212-3, Offeror Representation and Certifications--Commercial Items, FAR 52.204-7 - Central Contractor Registration, FAR 52.211-6, Brand Name or Equal, FAR 52.211-16 - Variation in Quantity, 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 (Dev); FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.217-6 Option for Increased Quantities; FAR 52.237-34-F.O.B. Destination FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items-FAR 252.225-7001 Buy America Act and Balance of Payments Program (JUN 2005); FAR 252.232-7003 Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; and FAR 252.225-7002-Qualifying Country Sources as Subcontractors. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 31 May 2012 no later than 10:00 AM CST at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-12-Q-0038 addressed to Amy Starks, Phone (901) 544-0786, Fax (901) 544-3710, email: amy.l.starks@usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) database prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov. Vendors must also be registered in Online Representations and Certifications Applications (ORCA) www.orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-12-Q-0038/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN02757251-W 20120526/120524235358-1aaf006e6f62d1fb17dc5a59b44fb593 (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.