Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2015 FBO #4816
SOLICITATION NOTICE

56 -- Crushed Stone

Notice Date
1/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212319 — Other Crushed and Broken Stone Mining and Quarrying
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-15-Q-0011
 
Response Due
2/5/2015
 
Archive Date
3/30/2015
 
Point of Contact
Jackie Primer, 1-901-544-3340
 
E-Mail Address
USACE District, Memphis
(jackie.primer@mvm02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. A written solicitation will not be issued. The U.S. Army Corps of Engineers, Memphis District anticipates awarding a FFP contract for a contractor to provide coarse aggregate materials per the attached specifications. The supplies to be furnished under this requirement shall be delivered in the required quantities per the specifications. This acquisition is a 100 percent small business set-aside. The associated NAICS code is 212319 with a size of 500 personnel. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offeror's responsibility to ensure receipt of quotes by the time and date stated herein. Contractor shall submit a price to include all charges on a company letterhead or attached quote sheet to the contracting office. Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. See the attached full text document. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.204-7 System for Award Management FAR 52.204-13 Systems for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.207-4 Economic Purchase Quantity-Supplies (see attached in full text document) FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation - Commercial Items, Blank space shall read: Price. Basis of Award - The Government will award a contract, from this solicitation to the responsible Offerors whose offer conforming to the solicitation will be most advantageous to the Government based on price. Offeror's price quote will be evaluated to determine price reasonableness. Prices which are excessively high or low may be considered unrealistic and unreasonable may receive no further consideration. (Paragraph 2) A formal review of past performance will not be conducted on this requirement. However, this order will be evaluated to assure that orders are not provided to debarred contractors. In addition, contractors with known performance issues identified in determining the contractor's responsibility per FAR Part 9 will be brought to the attention of the Contracting Officer and may be considered in making the awards. FAR Part 9, Contractor Qualification, requires that purchases shall be made from, and contracts shall be awarded to, responsible contractors. Past failures to perform, apply sufficient tenacity to performance, failure to meet quality requirements, terminations for default and less than satisfactory ratings by the customer will be a significant factor in a determination of unsatisfactory performance. FAR 52.212-3 Offeror Representation and Certifications--Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (DEVIATION 2013-O0019)(July 2014) - See attached full text document FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.252-2 Clauses to Incorporate by Reference The following are applicable from 52.212-5: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-16 Variation in Quantity. First blank shall read: 15%; Second blank shall read: 15%. Third blank shall read: Each quantity specified in the delivery schedule. FAR 52.219-6 Notice of Small Business Set-Aside FAR 52.219-13 Notice of Set-Aside of Orders FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (SAM) The following DFARS Clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 System for Award Management, Alternate A DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American and Balance of Payments Program DFARS 252.225-7048 Export-Controlled Items DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by February 5, 2015 no later than 1:00 PM (CST) at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-15-Q-0011 addressed to Jackie Primer, Phone (901) 544-3340, Fax (901) 544-3710, email: Jackie.Primer@usace.army.mil. Vendors not registered in System for Award Management Registration (SAM) database prior to award will not be eligible for award. Vendors may register for SAM by registering online at www.sam.gov or by calling 1-866-606-8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-15-Q-0011/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN03627821-W 20150131/150129234555-ffd8ba46dd240b6890a1adeddabe8c57 (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.