Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2014 FBO #4429
MODIFICATION

96 -- 4,650 Tons of 3" Minus Washed Gravel

Notice Date
1/7/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
Bldg 10, Phipps Road, Picatinny Arsenal, NJ 07806
 
ZIP Code
07806
 
Solicitation Number
W15QKN-14-T-1101
 
Response Due
1/8/2014
 
Archive Date
7/7/2014
 
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 W15QKN-14-T-1101 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 2005-71. The associated North American Industrial Classification System (NAICS) code for this procurement is 212321 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 2014-01-08 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Hunter Liggett, CA 93928 The ACC - New Jersey requires the following items, Meet or Exceed, to the following: LI 001: 3" Minus Washed Gravel. Vendor shall provide 4,650 Tons of 3 inch minus washed gravel. Vendor shall provide all labor, material, insurances, permits and equipment/transportation necessary to make delivery. Delivery of gravel shall be made in phases in accordance with the Gravel - Statement of Work (SOW) Buy Attachment. Delivery of gravel shall only be made Monday thru Friday 0800 to 1600 hours (8:00 AM to 4:00 PM) Pacific Standard Time (PST) excluding Federal Holidays; the Government will not accept delivery outside of these hours and days. Vendor shall coordinate the details for the delivery with the customer a minimum of three (3) working days prior to actual delivery. A working day is defined as Monday thru Friday, excluding Federal Holidays. Vendor is responsible for delivery of gravel to site TA 10 located on Fort Hunter Liggett, CA. Vendor is not responsible for spreading or moving gravel once gravel is dumped at location provided by unit., 4650, TONS; LI 002: Miscellaneous Fees (if applicable). If providing as a separate cost, vendor shall specify any additional insurances, permits, or environmental fees as applicable. If pricing for this Line Item, vendors must include attachment(s) to their online Bid to substantiate this cost. Attachment(s) can total no more than 5 MB, whether multiple files or one file. All attachments must be submitted with the Seller's Bid prior to the closing date and time of the Buy., 1, LUMP SUM; 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, ACC - New Jersey 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. ACC - New Jersey 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. All questions must be submitted in FedBid by December 23, 2013 at 10:00 AM EST. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 60 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. EFFECTIVE JAN 2005, all offerors are required to use Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. Delivery shall be made by the Contractor 03 March 2014 through 07 April 2014. The total quantity of gravel ordered shall be received by 07 April 2014. Multiple deliveries are the required method of shipment. Contractors shall provide a delivery schedule that will allow for the total amount of gravel to be received by 07 April 2014. 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; 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): 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10 ? Prohibition on Contracting With Inverted Domestic Corporations, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Rerepresentation, 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 Veterans, 52.222-36 Affirmative Action for Workers With Disabilities, 52.222-37 Employment Reports on Veterans, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While, 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management--Central Contractor Registration. The following Defense Federal Acquisition Regulation (DFAR) clauses shall be incorporated by reference: 52.211-17 Delivery of Excess Quantities, 52.232-1 Payments, and 52.247-34 F.O.B. Destination. The following Defense Federal Acquisition Regulation (DFAR) provisions and clauses shall be incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-700 Alt A Central Contractor Registration Alternate A, 252.204-7006 Billing Instructions, 252.225-7001 Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.243-7001 Pricing of Contract Modifications, and 252.247-7023 Transportation of Supplies by Sea Alternate III. The Contractor shall include the terms of the following clause(s), if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/zoomcgi/search.cgi. Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office: Wide Area Workflow (WAWF). WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF Instructions: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS). Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. The following codes and information will be required to assure successful flow of WAWF documents. Type of Document: Invoice and receiving Report (COMBO). Issue DODAAC, Admin By DODAA, Inspect By DODAAC, Accept By DODAAC, Ship To DODAAC, Payment Office Fiscal Station Code, and email points of Contact Listing shall be provided upon award. (a) All contractor employees requiring access to any Federally-controlled facility and logical access to Federally controlled information systems except for "national security systems" as defined by 44 U.S.C. 3542(b)(2), should be certified in Level 1 Anti Terrorism Training. The training is accessible from any computer with access to the World Wide Web and is available at https:/atlevel1.dtic.mil/at. The contractor is responsible for ensuring that the training has been satisfactorily completed and that valid certificates of completion have been submitted to the Contracting Officers Representative (COR) with a copy furnished to the Contracting Officer. The Certificates are valid for one year, therefore, training shall be completed every year for the duration of the contract. (b) The term Federally-controlled facility is defined as: (1) Federally-owned buildings or leased space, whether for single or multi-tenant occupancy, and its grounds and approaches, all or any portion of which is under the jurisdiction, custody or control of a department or agency; (2) Federally-controlled commercial space shared with non-government tenants. For example, if a department or agency leased the 10th floor of a commercial building, the Directive applies to the 10th floor only; (3) Government-owned, contractor-operated facilities, including laboratories engaged in national defense research and production activities; and (4) Facilities under a management and operating contract, such as for the operation, maintenance, or support of a Government-owned or Government-controlled research, development, special production, or testing establishment. (c) The term "Federally-controlled information system" means an information system (44 U.S.C. 3502(8) used or operated by a Federal agency, or a contractor or other organization on behalf of the agency (44 U.S.C. 3544(a) (d) The term "contractor employee" includes employees, agents, students or student interns, or representatives and all employees, agents or representatives of all subcontractors and suppliers. Acceptance will be at destination. Government Procurement Quality Assurance (PQA) actions will be accomplished by the Governments Quality Assurance Representative (QAR) at: Destination The below transportation requirements apply to all items on this contract as follows: 1. The quantity of items being procured and the delivery schedule are provided in the Statement of Work (SOW). 2. Security Classification of material to be shipped is UNCLASSIFIED. 3. Items procured under this contract are Non Hazardous DOT Container. Marking is not required. 4. Items procured under this contract are not Arms, Ammunition, and Explosives (AAE) as categorized in DoD 5100.76-M. 5. All items being procured on this contract are considered Commercial Off the Shelf Items (COTS). This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the contracting officer is notified of your objection to such posting prior to submission of initial proposals. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: Address: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000. Fax: (256) 450-8840. The AMC-level protest procedures are found at: Web Address: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. See Buy Attachment titled "Gravel - Statement of Work (SOW)." See Buy Attachment titled "Gravel - Evaluation Criteria for Award."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0c394c72d19b490e5ff355c2c175bbf1)
 
Place of Performance
Address: Fort Hunter Liggett, CA 93928
Zip Code: 93928
 
Record
SN03262506-W 20140109/140107235324-0c394c72d19b490e5ff355c2c175bbf1 (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.