Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2014 FBO #4613
MODIFICATION

56 -- Fairchild Concrete and Base Course

Notice Date
7/10/2014
 
Notice Type
Modification/Amendment
 
NAICS
327320 — Ready-Mix Concrete Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
F2WTB24178A001-FairchildConcrete
 
Archive Date
8/1/2014
 
Point of Contact
Sarah Markovich, Phone: 4067313624, Alexander E. Smith, Phone: (406)731-4677
 
E-Mail Address
sarah.markovich@us.af.mil, alexander.smith.12@us.af.mil
(sarah.markovich@us.af.mil, alexander.smith.12@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
08 July 2014 COMBINED SYNOPSIS/SOLICITATION CONCRETE AND BASE COURSE MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2WTB24178A001. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. (iv) This solicitation is a 100 percent Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 327320 with a small business size standard of 500 employees. (v) CLIN 0001: The contractor must provide Provide 117 tons of base course material. Base Course shall be No. 3 type gradation as identified in Table 8-1 in UFC 3-260-02. Please refer to the statement of work (SOW), Attachment 1 (vi) CLIN 0002: The contractor must provide 206 cubic yards of concrete. Concrete shall be a minimum of 4000 PSI with a target slump of 4"-5" with a tolerance of ±.5" specified at time of delivery request. Delivered via concrete pump truck on 6 separate days in coordination with concrete deliveries. Pump truck shall have, at minimum, a 32 meter boom and both a 6" and 8" hose shall be available for all pours. Please refer to the statement of work (SOW), Attachment 1.. (vii) Delivery Date is 05 August 2014 to the below address. FOB: Destination at: Ruby Creek, Kaniksu National Forest Pend Oreille County, WA Coordinates 48.550194, -117.412262 (vii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quote will be evaluated on price, ability to comply with mandatory specifications, and delivery. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the annual representations and certifications at the System for Award Management (SAM) website. SAM must be current as of 08 July 14. IF YOUR SAM IS NOT CURRENT AS OF 08 July 14 AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices based on purchases of this value and customer research: THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 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 52.222-50 Combating Trafficking in Persons 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.246-1 Contractor Inspection Requirements 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alternate A, System for Award Management 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea, Alt III 5352.223-9001 Health and Safety on Government Installations THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.222-22, Previous Contracts and Compliance Reports. The offeror represents that -- (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) 52.252-1, Solicitation Provisions Incorporated by Reference. As prescribed in 52.107(a), insert the following provision: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (is): http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of Provision) 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) 52.252-6, Authorized Deviations in Clauses As prescribed in 52.107(e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert "(Deviation)" after the date of the provision. (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. See Class Deviation 2012-O0004, Prohibition Against Contracting With Corporations That Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law, dated January 23, 2012. Contracting officers shall include this provision in all solicitations that will use funds made available by Division A of the Consolidated Appropriations Act, 2012, including solicitations for acquisition of commercial items under FAR part 12, and shall apply the restrictions included in the deviation. This deviation is effective beginning January 23, 2012, and remains in effect until incorporated in the FAR or DFARS or otherwise rescinded. (Revised December 16, 2013) (xiv) DPAS Rating does not apply to this acquisition. (xv) Quote is required to be received NO LATER THAN 12:00 PM MST, Thursday, 17 July 2014. Quote must be emailed to sarah.markovich@us.af.mil or faxed to (406) 731-3748 to the attention of Sarah Markovich. Please follow-up quote submission with an email to ensure receipt. (xvi) Direct your questions to Sarah Markovich at (406) 731-3624 or e-mail address sarah.markovich@us.af.mil or Kathryn Cortes at (406) 731-3473 or e-mail address kathryn.cortes@us.af.mil Attachments: 1. Statement of Work (SOW)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/40d7a915adec08503a1904b95dd228d9)
 
Place of Performance
Address: Ruby Creek, Kaniksu National Forest, Coordinates 48.550194, -117.412262, Oreille County, Washington, United States
 
Record
SN03420388-W 20140712/140710234817-40d7a915adec08503a1904b95dd228d9 (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.