SOLICITATION NOTICE
38 -- Burns District, Holloway Fire Road Maintenance
- Notice Date
- 7/16/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- BLM OR-ST OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
- ZIP Code
- 00000
- Solicitation Number
- L13PS00710
- Response Due
- 7/29/2013
- Archive Date
- 8/28/2013
- Point of Contact
- Alana Chun
- E-Mail Address
-
achun@blm.gov
(achun@blm.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Vendors shall provide pricing information and a written solicitation will not be issued. Solicitation Number L13PS00710 is used as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-63. The NAICS code is 237310 and the small business size standard is $33.5M. Background: The Bureau of Land Management (BLM), Oregon State Office, Burns District has a requirement for firm fixed price service contract for maintenance and repair work consisting of loading, hauling, blading, watering and compacting 6,300 cubic yards of pit run aggregrate on 3 miles of the Trout Creek Mountain Road and 1,700 cubic yards on the Holloway Desert Road. Rock source is the Pueblo Valley Mineral Site. The contractor shall provide the necessary equipment with qualified operators for road work, operating supplies such as fuel, oil and grease. Equipment furnished shall be in acceptable condition subject to Government pre-use inspection. The magnitude of this project is between $100,000.00 to $250,000.00. The performance period is from August 12, 2013 through September 11, 2013. Pre-Bid Site Visit will be conducted on July 22, 2013. Prospective bidders should meet at the Fields Store, Fields, Oregon, at 9:00 a.m. (LT). The basis of award is the lowest price determined fair and reasonable to the responsible offeror pursuant to FAR subpart 9.1 DESCRIPTION OF WORK This RFQ will result in the award of one (1) Firm Fixed Price Commercial Service Contract on an all or none basis. The Government intends to award, without discussions, to the responsible offeror submitting proposal with the lowest evaluated price determined fair and reasonable. Internet Payment Platform (IPP). Payments will be processed upon receipt of the invoice within 30 days through electronic funds transfer by the BLM National Business Center in Denver. PERFORMANCE TIME: 30 calendar days. FAR CLAUSES AND PROVISIONS - the following FAR clauses and provisions apply to this contract and may be retrieved from https://www.acquisition.gov/far/index.html: 52.203-3, Gratuities; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.204-7, Central Contractor Registration System; 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim; 52.242-13, Bankruptcy. SUBMITTAL OF QUOTE/RESPONSE - Respondents shall submit signed and dated quotes that identify the company name, DUNS number, CAGE code, company address, telephone number as well as a primary point of contact name, title, telephone number and email address. The basis of award will be based on lowest price technically acceptable responses. Award will be made to the responsible firm whose quote is most advantageous to the Government, price and other factors considered. Other factors for this solicitation include past performance. Past performance information may be based on the Governments knowledge and previous experience with the quoter or other reasonable basis. All responses shall be sent to the Bureau of Land Management, Oregon State Office, OR 952, 333 SW 1st Avenue, Portland, Oregon 97204 by 300 PM Local Time on or before July 29, 2013. Faxed responses will be accepted at 503-808-6312. For questions, please contact Alana Chun, 503-808-6227. All submissions must reference Solicitation No. L13PS00710.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L13PS00710/listing.html)
- Record
- SN03117824-W 20130718/130716235319-ebe519a2e29a7e042b5e430b9be767f5 (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 |