Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2012 FBO #3870
SOLICITATION NOTICE

96 -- Sand and Road Base Gravel

Notice Date
6/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1320121176
 
Response Due
7/17/2012
 
Archive Date
6/27/2013
 
Point of Contact
Andrea Hannon Contract Specialist 3073442859 andrea_hannon@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
1.GENERAL INFORMATION This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1320121176. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-58 and are available in full text through Internet access at http:// www.acquisition.gov/far/. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 212321 and the small business size standard is 500 employees. 2.REQUIREMENT Big Horn Canyon National Recreation Area in Fort Smith, Montana has a requirement for Sand and road base gravel. The following is a description of the requirement: 2,000 Tons of Sanding Sand - crushed fine sand for sanding roads. 2,000 Tons of Road Base Gravel - minus crushed river rock road base, river rock mix with a majority mix of gray and white rock for road base - to be used as a crushed top surfacing material on a campground project that includes campsites, RV and Trailer Sites, Tent Sites and Parking Areas. Quoted price shall include delivery to Fort Smith, Montana. Delivery Time Frame is from date of award until August 28, 2012. 3.CLAUSES AND PROVISIONS Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http:// www.acquisition.gov/far/. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Commercial, applies to this acquisition 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-2, Evaluation factors include [a] technical ; [b] past performance supported by documentation and references [c] past oerformance and [d] price. Technical proposal; past performance and prior experience when combined are more important than price; Past Performance: Past performance is a measure of the degree to which the contractor has satisfied its customers in the past. The NPS will evaluate offeror's past performance based on contacting references, for projects completed within the past 5 years, provided by the contractor; contractor must provide 3 references; the Government's knowledge of Offeror's past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses. Standard of Acceptability: The offeror must receive at least a satisfactory past performance. : Prior Experience: "Prior Experience" is differentiated from "Past Performance" in that this is factual, documented, information about specific work the offeror has performed, which demonstrates the offeror's ability to accomplish the work. Standard of Acceptability: The offeror shall have successfully completed, as the prime contractor, 3 projects, similar to the work required by this solicitation, within the past 10 years. 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies 52.219-6 Notice of Total Small Business Set Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Sub Contracting 52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration 52.223-18 Contractor Policy Ban Text Messaging while Driving 52.252-2 Clauses Incorporated by Reference 52.223-10 Waste Reduction Program 52.211-18 Variation in Estimated Quantity 4.PROPOSAL QUOTES ARE DUE for this combined synopsis/solicitation on July 17, 2012 at 2:00 PM Mountain Daylight. Emailed quotes are preferred with all required documentation; no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact All Quotes must be signed by authorized company official and emailed to andrea_hannon@nps.gov. All questions regarding this solicitation must be submitted in writing via email to andrea_hannon@nps.gov. LINE 0001: Sanding Sand $________/TONExtended Price 2,000 Tons $_________ LINE 0002: Road Base Gravel $_________/TONExtended Price 2,0000 Tons $________ Business Name: ____________________________DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address:______________________________ Offeror Name: _____________________________Date:_____________________ REFERENCES: Name:_________________ Company: ______________ Phone:_________________ Email:_______________ Name:_________________ Company: ______________ Phone:_________________ Email:_______________ Name:_________________ Company: ______________ Phone:_________________ Email:_______________ END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1320121176/listing.html)
 
Place of Performance
Address: Big Horn Canyon National Recreation Area, Fort Smith, MT
Zip Code: 59035
 
Record
SN02787221-W 20120629/120627234839-ef63853d10e25d8ae9f8dca1d9bad2b9 (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.