SOLICITATION NOTICE
56 -- Construction Materials - Concrete and Aggregates - Bid Sheet
- Notice Date
- 4/20/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423320
— Brick, Stone, and Related Construction Material Merchant Wholesalers
- Contracting Office
- Department of the Air Force, US Air Force Europe, 501 CSW RCO - Alconbury, RAF Alconbury, PSC 47, Unit 5720, RAF Alconbury, 09470-5720, United States
- ZIP Code
- 09470-5720
- Solicitation Number
- F3N0425098A001
- Archive Date
- 5/29/2015
- Point of Contact
- Andrew C Pillow, Phone: 44 1480 823925, 501 CSW/RCO,
- E-Mail Address
-
andrew.pillow.gb@us.af.mil, 501CSW.RCO@us.af.mil
(andrew.pillow.gb@us.af.mil, 501CSW.RCO@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Bid Sheet 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). This document and incorporated provisions and clauses are those in effect for Federal Acquisition Circular 2005-81. This acquisition is unrestricted. //Schedule of items: This requirement is for Construction Materials. //CLIN 0001: 750 cz CONCRETE C40/50 READY MIXED, IAW BS/EN 206-1, Exposition Class XC4/XD1/XF4/XM2, Grainsize: 0-20 mm, Consistency F3, Concrete Flow Diameter 420-480mm, W/C-Ratio=0.45, Air-Entraining Agent, 2 Hours Retarding Agent, Delivery Should Include Cube Testing Documents To Verify Quality And Specifications (Provided By Supplier) Period of Performance is 02. June.2015 - 28. Aug. 2015. Delivery to be 50 CZ per day at a rate of 2 Trucks per hour. (max 16 days total). US Government to provide 72 hours notice for each day delivery is required //CLIN 0002: 16 days CONCRETE PUMP, Boom Range Up To 36m, For Pumping Concrete PTO 50 M3, Including Cleaning And Disposal Period of Performance is 02. June.2015 - 28. Aug. 2015. CLIN 0002 to be provided in conjunction with CLIN 0001 //CLIN 0003: 1000 TN FROST-RESISTANT SUBBASE MATERIAL, Grain Size 0/32, Quality And Grain-Size Distribution IAW ZTVT-STB01 Period of Performance is 02. June.2015 - 28. Aug. 2015. Delivery to be made in 4 separate increments of 250 TN. US Government to provide 72 hours notice for each delivery. //CLIN 0004: 100 TN STONE, MULTIBLE CRUSHED, CHIPS, Hard, Durable, Weather Resistant, Free Of Dust IAW DIN 52100, Compression Strength Moist: 150N/MM2 Min.Size 11-22MM Period for Delivery 01 June 2015 - 05 June 2015. //CLIN 0005: 30 TN ASPHALT BITUMIOUS WEARING COURSE, Stone Mastix Asphalt SMA, 14 MM Nominal Single Size Aggregate, 50 PEN Binder Delivery not required. US Government to collect from supplier. Anticipate collection in Aug. 2015. US Government to provide 72 hours notice of intent to collect //CLIN 0006: 700 TN DISPOSAL OF ASPHALT (WITHOUT TAR) Estimated Period of Performance for Contractor to collect 09 Sep - 18 Sep 2015. This period is susceptible to move dependent upon project completion //Delivery is at RAF Welford, Berkshire, RG20 7EX, United Kingdom. // SITE VISIT. A site visit will be conducted at RAF Welford on 29 April 2015 at 10:30 for the purpose of site familiarization regarding this solicitation. Submit the names of all attendees (not to exceed 3) to Mr. Andrew Pillow at andrew.pillow.gb@us.af.mil and to 501csw.rco@us.af.mil NLT than 15.00 27 April 2015. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. Photographic identification will be required to access RAF Welford. Bidders/Offerors are requested to submit questions to the point of contacts noted above not later than 15.00 the next business day after site visit (30 April 2015). Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. //Notes to Vendors/Offerors: // To be deemed Technically Acceptable, Offerors must include descriptive literature, specifications, information to demonstrate ability to meet salient characteristics. Offeror must also demonstrate ability to meet/acknowledge delivery timeframes. // An US Government point of contact will be provided at Contract Award for coordination of deliveries. This representative will inform the contractor of any delays in the project that will directly impact performance of the contract. // All contractor personnel delivering to site will require photographic identification for access to the installation. // All quotes are to be firm fixed price. Quotes submitted with conditional pricing shall not be considered responsive and not be eligible for award. Quotes to be submitted in Great British Pounds only. //Offeror to be registered in System for Award Management (SAM) to be eligible for award. Go to www.sam.gov to register and for details on how to register. Please provide your DUNS and NCAGE on the bid sheet or your quote. If you have any questions regarding this, or are unable to be registered prior to submitting your bid, please inform the POC for this solicitation. //Invoicing will be through Wide Area Work Flow (WAWF). Once SAM registration is complete, please go to https://wawf.eb.mil/ to register for WAWF. Successful offeror will only be paid once a valid invoice has been submitted through the WAWF system. Invoices will only be accepted upon completion of each CLIN. Partial CLIN invoicing will not be accepted. // CLAUSES. //Offers shall be submitted via email to andrew.pillow.gb@us.af.mil and 501csw.rco@us.af.mil or by postal delivery and received not later than 1500hrs British Summer Time (BST), 14 May 2015. All queries or requests for help shall be directed to Mr Andrew Pillow at andrew.pillow.gb@us.af.mil or 01480 843925. //The following clauses and provisions apply to this solicitation: // FAR 52.203-3 Gratuities // FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper // FAR 52.204-7 System for Award Management // FAR 52.211-6 "Brand Name or Equal" //FAR 52.212-1, Instructions to Offerors--Commercial Items ADDENDA - See "Notes to Vendors/Offerors" section above. //FAR 52.212-2 Evaluation _ Commercial Items. The evaluation criteria to be included in paragraph (a) of the provision are i) Price ii) Technical. Technical is less than equal to price. //Offerors shall include with the submission of their offer a completed copy of FAR 52.212-3, Offeror Representations 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 Statutes or Executive Orders--Commercial Items.Additional clauses marked within 52.212-5 are: 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 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 52.223-18 - 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 // FAR 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation 2013-O0019) (Jan 2014) // FAR 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products // FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications // FAR 52.233-2 Service of Protest // FAR 52.233-3 Protest after Award // FAR 52.242-13 Bankruptcy // FAR 52.247-34 -- F.o.b. - Destination // DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. // DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights // DFARS 252.204-7003 Control of Government Personnel Work Product // DFARS 252.204-7004 Alternate A, System for Award Management // DFARS 252.225-7012 Preference for Certain Domestic Commodities //DFARS 252.225-7041 Correspondence in English // DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties. // DFARS 252.229-7006 Value Added tax Exclusion (United Kingdom). // DFARS 252.229-7008 Relief from Import Duty (United Kingdom). // 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 252.243-7002 Requests for Equitable Adjustment, // DFARS 252.247-7023 Transportation of supplies by Sea, // DFARS 252.247-7024 Notification of Transportation of Supplies by Sea //52.252-1 -- Solicitation Provisions Incorporated by Reference. 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(es): http://farsite.hill.af.mil/ (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/ (End of Clause) //5352.201-9101 Ombudsman. OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen: Primary Command Ombudsman: Mr Douglas Guldan AFICA OL-E, UNIT 3103,APO, AE, 09094-3103 AFICA OL-E, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: douglas.guldan@us.af.mil Tel: (49)-6371-47-2209, Fax: (49)-6731-47-2025 Alternate Command Ombudsman: Ms Heidi Hohn AFICA OL-E, UNIT 3103,APO, AE, 09094-3103 AFICA OL-E K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: heidi.hoehn.de@us.af.mil Tel: (49)-6371-47- 9330 Fax: (49)-6731-47-2025 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/bfdbbf819add87d120f87f961c79218a)
- Place of Performance
- Address: RAF Welford, United Kingdom
- Record
- SN03705361-W 20150422/150420235906-bfdbbf819add87d120f87f961c79218a (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 |