Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

56 -- 56 - Untreated Aggregate Base Course (BUY INDIAN SET ASIDE ONLY) - Attachment

Notice Date
5/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212321 — Construction Sand and Gravel Mining
 
Contracting Office
BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US
 
ZIP Code
00000
 
Solicitation Number
A15PS00504
 
Response Due
5/12/2015
 
Archive Date
5/27/2015
 
Point of Contact
Johnson, Mary Jane
 
Small Business Set-Aside
N/A
 
Description
A15PS00504 THIS IS A BUY INDIAN SET ASIDE The Bureau of Indian Affairs (BIA) is soliciting offers to procure for construction supplies for Division of Transportation, Force Accounts Farmington, NM. 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; quotes are being requested and a written solicitation will not be issued. Solicitation No. A14PS00504, herein cited is issued as a Request for Quote (RFQ) and will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80. This acquisition is for a Native American Owned Business Small Business Set-Aside under the Buy Indian Act (25 U.S.C). The NAICS Code is 212321, Size standards 500. Scope of Work: Contractor to provide all labor, materials, supervision and incidentals to provide Untreat Aggregate Base Course meeting the requirement of FP-03 (Standard Specifications for construction of Roads and Bridges on Federal Highway Projects) Section 302.02, Contractor shall provide a Material certification for review prior to approval for use and Section 703.05, Subbase Base and Surface Course Aggregate meeting requirements of Table 703-2 Grading Designation (See Attachments). Delivery shall be in a belly dump trucks on requested times and locations as designated by the Construction Manager. Project is located on Navajo Route 251 West near Cottonwood, Arizona. Delivery quantities shall be based on prepared subgrade and ability of the crew to place in a day. Estimated quantities are 70,000.00 Metric Tons (77,000.00 US tons) Period of Performance: From date of award through September 30, 2015 with option to extend one additional year. POC: Joe Peterman, Construction Manager 505/488-8609 or Herman John, Estmator 505/728-7030.The Government intends to award a single purchase order Submit your quote as follows: Base Year (Period of Performance from date of award to Septmber 30, 2015) 1. Untreated Aggregate Base Course 77,000 tons $ _____ per ton = $ ________ 5. Delivery $___________ 6. Applicable Taxes $ __________ Sub-total $ __________ Option Year 1 (Period of Performance is from October 01, 2015 to September 30, 2016) 1. Untreated Aggregate Base Course 77,000 tons $ _____ per ton = $ ________ 5. Delivery $___________ 6. Applicable Taxes $ __________ Sub-total $ __________ Total: $_________________ Delivery quantities and dates will vary depending on work in progress so all deliveries must be coordinated with the Construction Manager. Award will be made at a fair and reasonable price to the responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government, price and other factors considered. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-1 Buy American Act-Supplies; FAR 52.222-3, Convict Labor; FAR 52.211-16, Variation in Quantity; FAR 52.211-17, Delivery of Excess Quantities; FAR 52.232-18, Availability of Funds; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.216-02, Economic Price Adjustment-Standard Supplies; FAR 52.22-41, FAR 52.217-5, Evaluation of Options; FAR 52.217-6, Option to Increased Quantity; FAR 52.217-7, Option for increased Quantity ¿Separately Priced Line Item; FAR 52.217-8, Option to Extend Services; FAR 52.219-9, Option to Extend the Term of the Contract. and DIAR clauses are herein incorporated as follows:. 1452.226-70, Indian Preference; 1452.226-71, Indian Preference Program; 1452.280-4, Indian Economic Enterprise Representation; and 1452.204-70, 52.232-99, Providing Accelerated Payment to Small Business Subcontractors. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. Award will be made at a fair and reasonable price to the lowest responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications ¿Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. The RFQ is due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary Jane Johnson, P. O. Box 1060, Gallup, New Mexico 87305 by, May 12, 2015, 12:00 PM (Local Time, Gallup, N.M.) Physical address: 301 W. Hill Ave., Room. 346, Gallup, NM 87301. Quotes submitted by facsimile at (505) 863-8382 or by email at maryjane.johnson@bia.gov will be accepted. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contract Specialist, by fax at (505) 863-8382.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A15PS00504/listing.html)
 
Record
SN03724324-W 20150509/150507235603-8d712f9eca42e8b98779a8006d0be879 (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  © 1994-2020, Loren Data Corp.