Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 23, 2014 FBO #4747
SOLICITATION NOTICE

96 -- Crushed Rock Salt (Kansas #7); for snow and ice removal.

Notice Date
11/21/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212393 — Other Chemical and Fertilizer Mineral Mining
 
Contracting Office
MICC - Fort Riley, 1792 12th Street, Fort Riley, KS 66442
 
ZIP Code
66442
 
Solicitation Number
WR11RX15T0001
 
Response Due
12/2/2014
 
Archive Date
1/20/2015
 
Point of Contact
Keith L McDougal, (785) 239-6327
 
E-Mail Address
MICC - Fort Riley
(keith.l.mcdougal.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. RFQ #W911RX-15-T-0001 Crushed Rock Salt Fort Riley Competition Terms and Contract Type-Attention Offerors All of Fort Riley's buy terms apply to this solicitation. The following Combined Synopsis/Solicitation is a Request for Quote (RFQ) competed IAW FAR PART 13.5, Test Program for Certain Commercial Items, and FAR Part 12, Acquisition of Commercial Items. Quotes failing to meet all the terms and conditions of this solicitation; to include buy terms, line item descriptions, and attachments, may not be evaluated for award. One (1) firm-fixed price Purchase/Delivery Order will be awarded as a result of this solicitation. Any reference to the term quote mark BID quote mark in this solicitation is used synonymously with the word quote mark QUOTE quote mark. Please see FAR 13.004-Legal effect of quotations. Set-Aside Requirement This requirement is solicited unrestricted allowing for Full and Open Competition. Participation All Eligible vendors are without restrictions Questions/Clarifications Deadline Interested Offerors should submit any questions concerning the solicitation at the earliest time possible to enable the Government to respond. All questions shall be emailed to keith.l.mcdougal.mil@mail.mil within 5 days after the solicitation is issued. Questions not received prior to 26 NOVEMBER 2014 NLT 1000AM (CST) may not be considered. Quote Deadline Quotes must be received by MICC-Riley NLT 02 DECEMBER, 2014 by 1000am (CST). Quotations shall be submitted to ASFI (https://acquisition.army.mil/asfi/). System for Award Management (SAM) Requirement IAW 52.212-1(k): Unless exempted by an addendum to this solicitation, by submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database before the close of the solicitation, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Registration information can be found at www.sam.gov. NAICS Code and Size Standard The applicable NAICS code for this procurement is _212393_ with the related size standard of _500_ employees. The Offeror shall be actively registered with that NAICS or a similar NAICS with the appropriate size standard prior to Award to be considered for any resulting contract. Failure to be properly registered under the appropriate size standard during evaluation and/or at the time of award deems the offer ineligible for award. A similar NAICS Code with the appropriate size standard other than the NAICS Code identified in this buy term may be used as a factor to determine technical capability. Offer Period Quote shall be good for 30 calendar days after close of Buy. Electronic Submission of Payments In accordance with DFARS 252.232-7003, quote mark Electronic Submission of Payment Requests and Receiving Reports quote mark, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors shall register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) at https://www.sam.gov. Contractor training is available at the website Home Page, under quote mark about WAWF quote mark. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL. Evaluation for Award - Lowest Price Technically Acceptable (LPTA) The Government will award a firm fixed price 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: price, technical capability, delivery, and past performance of the item offered to meet the Government requirement. All evaluation factors other than Price, when combined, are equally important as price (LPTA). Offeror Attachments (Shall be return as part of your quote) In addition to providing pricing, Offeror shall include certain non-pricing information as document(s) attached to their quote, so they are received no later than the closing date and time of this RFQ. Attachment(s) can total no more than 20 MB, whether multiple files or one file, and may be zipped to decrease their size. Pricing will not be accepted if it is included in the attachment(s). An Offeror's failure to comply with these terms may result in its quote being determined incomplete and shall not be evaluated. 1-Vendor shall return the specification sheet of item offered 2-Vendor shall return the RFQ document, signed. Please see buy term, Technical Evaluation of Quotes for details. Shipping Condition Far Clause 52.247-34 F.o.b. Destination applies. Shipping shall be free on board (FOB) destination CONUS (Continental U.S.), which means that the Offeror shall deliver the goods on its conveyance at the destination specified by the Government, and the Offeror is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination Delivery Requirement Delivery will begin no later than 15 Days from award of contract, and will be completed 30 days from date of contract award. No Belly Dump trucks. The Offeror shall provide within its offer the number of days required to make delivery after it receives a purchase order from the Government. PHYSICAL DELIVERY ADDRESS: PUBLIC WORKS SALT HOUSE ROADS & GROUNDS FOREMAN BUILDING 318 FORT RILEY KS 66442 Provision and Clauses - Under SAT (Supply) (Delivery) The Federal Acquisition Regulation (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items. Upon request, the Contracting Officer will make their full text available. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far Provisions: 52.204-7, 52.207-2, 52.211-6, 52.212-1, 52.212-3, 52.222-22, 52.209-2, 52.223-18, 252.203-7005, 252.206-7000 Clauses: 52.204-10,52.204-13, 52.204-99, 52.209-10, 52.212-4, 52.212-5, 52.219-28, 52.222-3, 52.222-19, 52.222-21,52.222-26, 52.222-50, 52.222-51, 52.223-18, 52.225-13, 52.252-2, 52.252-6, 52.232-23, 52.232-39,52.233-3, 252.201-7000, 252.203-7000, 252.203-7002, 252.204-7003, 252.204-7004 Alt A,252.223-7008, 252.225-7001, 252.225-7002, 252.232-7003, 252.232-7006, 252.243-7001, 252.244-7000, 252.225-7036 (Alternate I: ($25,000 to $49,999),52.222-36 Solicitations and Contracts valued at $30,000 or above: 52.209-6 Solicitations and Contracts valued at $100,000 or above: 52.222-35 and 52.222-37, When applicable: FAR Clause 52.223: 15-Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). DFARS Clause 252.204-7000: Disclosure of Information (August 2013) Filing a Protest It is preferable that disputes and protests be resolved as quickly as possible at the lowest level possible before considering the more formal process described below. To be timely, protests shall be filed within the periods specified in FAR 33.10. 1) All agency-level protests should be sent to the contracting officer for resolution. 2) The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC, as an Alternate Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. The address for filing a protest directly with AMC is: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road RM: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or e-mail: usarmy.redstone.usamc.mbx.protests@mail.mil No protest under FAR Subpart 33.1 is authorized in connection with the issuance or proposed issuance of an order under a task-order contract or delivery-order contract, except for: (1) A protest on the grounds that the order increases the scope, period, or maximum value of the contract; or (2) A protest of an order valued in excess of $10M. Protests of orders in excess of $10M may only be filed with the Government Accountability Office (GAO) in accordance with the procedures at 33.104. The authority to protest the placement of an order under (a)(10)(i)(B) of this section expires on September 30, 2016, for agencies other than DoD, NASA, and the Coast Guard (41 U.S.C. 4103(d) and 41 U.S.C. 4106(f)). The authority to protest the placement of an order under (a)(10)(i)(B) of this section does not expire for DoD, NASA, and the Coast Guard.. Ombudsman IAW AFARS 5116.5(b)(c), The ombudsman designated in the master contract shall be responsible for reviewing complaints from the contractors under multiple award task or delivery order contracts and ensuring that all the contractors are afforded a fair opportunity to be considered, consistent with the procedures in the contract. Instructions to Offerors -- Commercial Items IAW 52.212-1(g), Contract award (not applicable for solicitations under FAR PART 14). The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror's initial offer should contain the Offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Contracting Officer Contact Information Please contact the following for any concerns regarding the solicitation and/or award of this requirement: Stacey L Swader Contracting Officer MICC - Fort Riley Com: (785) 239-4825 Email: stacey.l.swader.civ@mail.mil Request for Debrief Under FAR Part 12 Streamlined Procedures for Commercial Acquisitions, a debrief is not required. The Government will not offer a debrief for this requirement. FAR Part 52.212-1(f) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is quote mark late quote mark and may not be considered IAW with 52.212-1(f). At any time during and/or closing of the RFQ solicitation, all clarifications, discussions, or changes (as applicable) will be conducted ONLY by the Contracting Officer, MICC Fort Riley, Kansas. Point of Contact Keith L McDougal, Contracting Office: Fort Riley, KS E-mail: keith.l.mcdougal.mil@mail.mil Phone: 785-239-6327Fax: 785-239-5178 Please include the following company information with your quote: Company Name: POC: Phone: Email Address: CAGE Code: DUNS Number: Tax ID Number: Business Size: Vendor Signature__________________________ _____________ DATE:__________________________ ITEM NOSUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 00011280 Net Ton (2,000 LB) SALT, CRUSHED ROCK, KS#7 OR EQUAL 3/8 quote mark Sieve Size Crushed Rock Salt (Kansas #7); for snow and ice removal. Delivery will begin no later than 15 Days from award of contract, and will be complete 30 days from date of contract award. No Belly Dump trucks. FOB: Destination NET AMT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/496f0fc1e849007c538f89fc93e12395)
 
Place of Performance
Address: MICC - Fort Riley 1792 12th Street, Fort Riley KS
Zip Code: 66442
 
Record
SN03579163-W 20141123/141121234335-496f0fc1e849007c538f89fc93e12395 (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.