Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
MODIFICATION

56 -- SHU MATERIAL REPAIR STORM DRAIN INLET HORSE SHOE COVE

Notice Date
3/20/2015
 
Notice Type
Modification/Amendment
 
Contracting Office
Gateway National Recreation Area, Staten Island, NY 10305
 
ZIP Code
10305
 
Solicitation Number
0040199585
 
Response Due
3/23/2015
 
Archive Date
9/19/2015
 
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 0040199585 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 2005-80. The associated North American Industrial Classification System (NAICS) code for this procurement is 327390 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 2015-03-23 14:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Highlands, NJ 07732 The DOI NPS NER NPNH MABO requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: 70 TON 1 1/2 INCH CLEAN GAP GRADED GRAVEL: IN ACCORDANCE WITH THE STATEMENT OF NEED (SON) ATTACHED, 70, TON; LI 002: 40 LINEAR FEET 18 INCH SINGLE WALL HDPE PIPE WITH AASHTO CLASS II PERFORATIONS AND MEETING THE FOLLOWING SPECIFICATIONS, AASHTO M 252, AASHTO M 294, ASTM F 405 AND ASTM F606. IN ACCORDANCE WITH THE STATEMENT OF NEED (SON) ATTACHED, 40, LF; LI 003: 1 EACH 18" HDPE PIPE END CAP. IN ACCORDANCE WITH THE STATEMENT OF NEED (SON) ATTACHED, 1, EA; LI 004: 20 LINEAR FEET 12 INCH DOUBLE WALL HDPE PIPE MEETING THE FOLLOWING SPECIFICATIONS ASTM F2736 & ASTM F477.IN ACCORDANCE WITH THE STATEMENT OF NEED (SON) ATTACHED, 20, LF; LI 005: 1 EACH CAST IRON FRAME GRATE INLET TOP AS SHOWN AND SPECIFIED IN DETAIL 1 (SEE ATTACHED), 1, EA; LI 006: 1 EACH CAST IRON FRAME AND GRATE MANHOLE TOP AS SHOWN AND SPECIFIED IN DETAIL 2 (SEE ATTACHED), 1, EA; LI 007: 1 EACH PRECAST CONCRETE STRUCTURE AS SHOWN AND SPECIFIED IN DETAIL 3 AND DESIGNED FOR H-20 LOADING (SEE ATTACHED), 1, EA; LI 008: 50 LINEAR FEET MINIMUM 3/4 INCH ROPE BUTYL RUBBER SEALANT FOR PRECAST CONCRETE STRUCTURES MEETING THE FOLLOWING SPECIFICATIONS, ASTM D71, ASTM D113, ASTM 3217, ASTM D92, ASTM D297, ASTM D6, FEDERAL SPECIFICATION SS-S-210 (210-A), AASHTO M-198B, AASHTO T111 AND ASTM C-990-91. IN ACCORDANCE WITH THE STATEMENT OF NEED (SON) ATTACHED, 50, LF; LI 009: 50 POUND BAGS NO SHRINK CEMENT GROUT ASTM 110. IN ACCORDANCE WITH THE STATEMENT OF NEED (SON) ATTACHED, 20, EA; LI 010: AIR PAVING BREAKER MEETING THE FOLLOWING SPECIFICATIONS PISTON STROKE 6.25 INCH, SHANK SIZE 1 X 1.25 INCH, PISTON BORE 1.75 INCH, CFM @ FULL LOAD 49.0, WEIGHT CLASS 35 POUNDS. IN ACCORDANCE WITH THE STATEMENT OF NEED (SON) ATTACHED, 1, EA; LI 011: 1 EACH LIGHTWEIGHT ALUMINUM TRENCH SHIELDING/SHORING SYSTEM PE CERTIFIED AND MEETS OSHA REQUIREMENTS FOR SHIELDING AND/OR SHORING 1 X $________________ = $___________________ 2 EACH SINGLE PROFILE 3 FEET HIGH 2-1/2 6 FEET IN LENGTH TOTAL HEIGHT WHEN FASTENED TOGETHER 6 FEET. 2 X $_________________ = $_____________ 8 EACH STEEL PIPE SCHEDULE 40 SPREADERS 3 INCH DIAMETER ADJUSTABLE FROM 36 INCH TO 60 INCH IN 6 INCH INCREMENTS 8 X $______________________ = $____________ TOTAL FOR LINE ITEM 11 = $_____________________ IN ACCORDANCE WITH THE STATEMENT OF NEED (SON) ATTACHED, 1, LS; LI 012: SYNTHETIC WEB SLING 3 INCH X 12 FEET 2 PLY HEAVY DUTY FLAT EYES. MININUM LOAD CAPACITIES: VERT 9,300 LBS., CHOKER 7,440 LBS., BASKET 18,600 LBS. IN ACCORDANCE WITH THE STATEMENT OF NEED (SON) ATTACHED, 1, EA; LI 013: 3 each 6 feet x 100 feet Rolls Drainage and Filtration Fabric. Provide woven or nonwoven geotextile filter fabric made of either polypropylene, polyethylene, or polyamide material. Geotextile fabric shall have minimum grab strength of 100 psi in any principal direction (ASTM D4632), Mullen burst strength exceeding 200 psi (ASTM D3786), equivalent opening size between 20 and 50, and maximum water flow rate of 40 gallons per minute per square feet (ASTM D4491). IN ACCORDANCE WITH THE STATEMENT OF NEED (SON) ATTACHED, 3, EA; LI 014: 1 ton UPM Cold Mix Asphalt Repair Material. IN ACCORDANCE WITH THE STATEMENT OF NEED (SON) ATTACHED, 1, TON; 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 NER NPNH 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 NER NPNH 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. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. 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 52.204-6, Data Universal Numbering System Number (DUNS); FAR 52.204-7, System for Award Management (SAM); FAR 52.204-13, System for Award Management Maintenance; FAR 207-1, Notice of Standard Competition; 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 219-1, Small Business Program Representations; FAR 223-6, Drug-Free Workplace; FAR 232-11, Extras; FAR 52.232-39, Unforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors; FAR 52.243-1, Changes; FAR 52.246-16, Responsibility for Supplies; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a)52-209-10, 52.233-3, 52.233-4 and the following clauses in paragraph (b): 52.219-4 52.219-06, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.223-18, 52.225-1, 52.225-13, 52.232-33. 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-1, Clauses Incorporated by Reference; FAR 52.252-3, Alterations in Solicitation. The full text of the referenced FAR clauses and provisions may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/0040199585/listing.html)
 
Place of Performance
Address: Highlands, NJ 07732
Zip Code: 07732
 
Record
SN03674913-W 20150322/150320235200-418c3c3e578984316cbf9a51d5c481c0 (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.