Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2013 FBO #4292
MODIFICATION

56 -- Supply and Deliver 7,500 CYof Aggregate to Big Bend National Park, Texas

Notice Date
8/23/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
1008 West 2nd Street, Sulphur, OK 73086
 
ZIP Code
73086
 
Solicitation Number
R40105396
 
Response Due
8/27/2013
 
Archive Date
2/23/2014
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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.The solicitation number is R40105396 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-69. The associated North American Industrial Classification System (NAICS) code for this procurement is 212319 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2013-08-27 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Big Bend National Park, TX 79834 The DOI NPS IMR SANTA FE MABO requires the following items, Exact Match Only, to the following: LI 001: SUPPLY AND DELIVER 7,500 CUBIC YARDS OF AGGREGATE. General requirements for Aggregate: Bank run sand and gravel, select sand, site material, or well graded crushed stone, free of organic materials and other deleterious substances. No rocks or lumps larger than 2 inches nor contain more than 6 percent by weight passing No. 200 sieve. Only site material meeting the above requirements may be used. In order to utilize site material, a sieve analysis must be completed and classified by a proctor. Inspection of the proposed material will be performed by the Contracting Officer's Representative from a stockpile sample upon which a test will be conducted before it is accepted, to ensure reasonable uniformity and acceptability. A Report of Moisture-Density Relationship, Sieve Analysis and Plasticity Index, performed by a Professional Geotechnical Engineer, shall also be submitted for approval prior to award. Soil Classification : Well graded gravel with clay and sand. ??GW-GC? Corrected Maximum Dry Unit Weight: 135 pounds per cubic foot, minimum Sieve Analysis shall be as follows +/- 2% of specified percentages: Sieve (U.S. sieve)% Passing 2? (50 mm)Sieve /100% Passing; 1.5? (37.5 mm) Sieve / 100 % Passing; 1? (25 mm)Sieve / 94% Passing; ?? (19 mm)Sieve / 89% Passing; ?? (12.5 mm)Sieve / 78 % Passing; 3/8? (9.5 mm)Sieve / 68% Passing; #4 (4.75 mm)Sieve /45 % Passing; #10 (2.0 mm) Sieve / 28% Passing; #40 (0.425 mm)Sieve / 13% Passing; #100 (0.150 mm) Sieve / 8% Passing; #200 ( 0.075 mm) Sieve / 6% Passing. Plasticity Index (as performed by ASTM D 4318) shall be as follows (minimum values): LL: 22; PL:17;PI:5. Delivery to commence on or around September 16, 2013 and be completed by December 31, 2013. All material shall be delivered to the following sites within Big Bend National Park: 3,750 cy to Hanold Draw on Route 11, MM 4.5 AND 3,750 cy to Blue Creek gravel site located 2 miles South of Castolon. The stockpile site will NOT accommodate belly dump trucks; only end dump trucks can access the site. Panther Junction is located at the intersection of US Hwy 385 and TX 118. Weight tickets shall be provided for each load. Delivery shall occur between the hours of 9:00 a.m. and 3:00 p.m. Monday through Friday, and scheduled with the Contracting Officer's Representative on-site. A map of Big Bend National Park is available at the following URL: www.nps.gov/bibe, 1, LS; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DOI NPS IMR SANTA FE MABO intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DOI NPS IMR SANTA FE MABO is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Payment requests must be submitted electronically thought the U.S. Department of the Treasury?s Internet Payment Platform System (IPP). Payment Request means any request for contract financing payment or invoice payment by the Contractor. To constitutes a proper invoice, the payment request must comply with the requirement identified in the applicable Prompt payment clause included in the contract, or the clause 52.212-4, Contract Terms and Conditions ? Commercial Items including in commercial item contracts. The IPP website address is : https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Contractor's Invoice. The Contractor must use the IPP website to register and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 ? 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. All offerors shall complete and submit the provision to the Contracting Officer with their offer if they do NOT have an active listing in SAM of their representations and certifications. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government?s Interest When Subcontracting with Debarred, Suspended, or Proposed for Debarment; 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6 Notice of Total Small Business Set-Aside; 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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving ; 52.225-1 Buy American Act ? Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer ? System for Award Management The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Basis of award will be made considering best value ? trade off to the Government. The Government intends to award a fixed-price contract without discussions with offerors. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: RELATIVE IMPORTANCE OF EVALUATION FACTORS: a) Price is MORE IMPORTANT than non-price evaluation factors. The Government may elect to accept other than the lowest proposal when the perceived benefits of a higher priced proposal merit the additional cost. b) Non-price factors are listed in descending order of performance. PRICE: A price evaluation will be performed to determine the reasonableness of the proposed price. Reasonableness will be determined considering other competitive prices received and comparison to the independent Government estimate. NON-PRICE FACTORS: Past performance ? timeliness in delivery. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government?s knowledge of Offeror?s past performance, and /or references obtained from any other source. Offers are instructed to provide a list of 5 past contracts/projects that they consider similar in nature. List must provide description, $ amount, date, contact name, contact phone number and/or email. 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7 System for Award Management; 52.204-13 System for Award Management Maintenance; 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (Dec 2012); 52.232-39 Unforceability of Unauthorized Obligations (Jun 2013); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) These clauses may be read in their entirety at the website: www.acquisition.gov/far
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/R40105396/listing.html)
 
Place of Performance
Address: Big Bend National Park, TX 79834
Zip Code: 79834
 
Record
SN03160954-W 20130825/130824000119-5e2ee7ac524b45d3b6c03e624e837abc (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.