Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

56 -- Construction Sand and Gravel - RFQ

Notice Date
4/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212321 — Construction Sand and Gravel Mining
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, Maryland, 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-17-Q-0025
 
Archive Date
6/1/2017
 
Point of Contact
John Ebmeier, , Gilberto Resto,
 
E-Mail Address
ng.md.mdarng.list.uspfo-arpc@mail.mil, ng.md.mdarng.list.uspfo-arpc@mail.mil
(ng.md.mdarng.list.uspfo-arpc@mail.mil, ng.md.mdarng.list.uspfo-arpc@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Construction Sand and Gravel Mining Construction Sand and Gravel Mining Solicitation Number: W912K6-17-Q-0025 Notice type: Combine Synopsis/Solicitation Response Date: May 17, 2017 5:00 PM, EST. Set Aside: Total Small Business Set-Aside Classification Code: 56- Construction and Building Materials NAICS Code: 212321 - Construction Sand and Gravel Mining Subject: The scope of this project is for construction with rock/gravel, aggregate/stone product, and fabric. The items listed are required in order for soldiers to repair, maintain and increase a trail at the Maryland Army National Guard (MDARNG) site. Purpose: Maryland Army National Guard proposes to enter into a Firm-fixed Price. The Maryland Army National Guard (MDARNG) and Construction Facility Management Office (CFMO) has a requirement for the materials to be delivered for construction, repair and maintenance of trail networks. Materials to be delivered to the designated shipping location with proper coordination with Point of Contact (POC) once awarded. Materials to be placed in a designated staging area (may be multiple locations at the delivery address). Synopsis: Description "PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED." This is combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in the Federal Acquisition Regulations (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 W912K6-17-Q-0025 is issued as a request for quotation (RFQ). The results of this requirement will be a Firm-Fixed priced (FFP) contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. This RFQ is being conducted as a 100% total small business set-aside. The NAICS code is 212321, Construction Sand and Gravel Mining and the small business size standard for this NAICS Code is 500 employees. This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-95. This requirement will be awarded on an all or none basis as a commercial item Fixed Price purchase order under procedures on FAR Parts 12 and 13. Offer/quote must be valid for 30 days. New Equipment ONLY, NO remanufactured or "gray market" items. All items must be covered by the required manufacturer's warranty. The Contractor shall extend to the Government full coverage under a normal commercial warranty. Acceptance of the warranty does not waive the Government rights with regard to the other terms and conditions of this contract. The Warranty Period shall begin upon final acceptance of all items provided to the Government by the Contractor. FAR Provisions and Clauses applicable to this acquisition can be obtained from the following website, http://farsite.hill.af.mil/. Request for Quotation: The Maryland Army National Guard (MDARNG) has a requirement for the following line items: CLIN 0001 Crushed Stone Product Rock/Gravel, type #57 (color - blue gray, gray white or similar). Quantity - 748 tons CLIN 0002 Crushed Stone Product Aggregate, type CR6, (color - blue gray or similar), Coarse and fine stone, crush run for finish layer. Quantity - 363 Tons CLIN 0003 Geo-Fabric/Geotextile Woven Fabric For gravel roadway and pad for construction The American Association of State Highway and Transportation Officials (AASHTO), Standard for material is AASHTO M288 Class (3), Woven Quantity - 106 rolls at 15 feet (width) by 200 feet (length) Total square feet is 318,000. (If proposing a 12.5 feet width, total square feet must also be 318,000) Contract Type and Evaluation Criteria: Award will be made to the responsive and responsible offeror whose offer results in Lowest Price Technically Acceptable. The North American Industry Classification System (NAICS) code is 212321, Construction Sand and Gravel Mining and the small business size standard for this NAICS Code is 500 employees. Destination/Place of Performance: Include all associated freight/delivery charges to points of destination: South Edgewood Area Arsenal Lauderick Creek Training Area - MDARNG Training Center Construction Facility Management Office (CMFO) 2624 Fairview Point Road Edgewood, MD 21040 Delivery/Performance: Thirty (30) Days after receipt of order (ARO). Acceptance Criteria: N/A. Only specified items will be accepted. Notes: Interested offerors must be registered in System for Award Management. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number to register. Instructions for registering are on the web page, SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity. You will need your DUNS number to register. Instructions for registering are on the web page provided.(https://fedgov.dnb.com/webform). If one does not exist for your business location, it can be created within 1 business day. The solicitation and associated information, and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf Applicable Clauses/Regulations: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars The clauses are to remain in full force in any resultant contract: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 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/ FAR 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/ FAR 52.204-7, System for Award Management FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation on First-Tier Subcontract Awards FAR 52.204-13, System for Award Management Maintenance FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.211-6, Brand Name or Equal FAR 52.211-16, Variation in Quantity FAR 52.212-1, Instructions to Offeror -- Commercial Item, applies to this acquisition. Award will be made on the basis of lowest-price technically acceptable. Provision for Evaluation: Award will be made to the responsible contractor (See FAR Part 9) whose quote represents the lowest overall price while meeting the technical requirements. In accordance with FAR Subpart 13.106-1, the Government will consider the following for award in no particular order: Lowest Priced, Technically Acceptable. The Government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). The materials to be delivered in the amounts required by the solicitation as required within 30 days of notice to proceed. In your response provide product/material details, quantities to be delivered and timing required as described in the attached solicitation document. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. FAR 52.212-2, Evaluation -- Commercial Items FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items FAR 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-13, Notice of Set-Aside Orders FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-50, Combating Trafficking in Persons 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 52.225-18, Place of Manufacture FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations FAR 52.232-33, Payment by Electronic Funds Transfer FAR 52.232-40-Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest after Award. FAR 52.233-4, Applicable law for Breach of Contract Claim. FAR 52.246-16, Responsibility for Supplies FAR 52.247-34, F.O.B. Destination FAR 52.252-6, Authorization Deviations in Clauses DFARS 252.201-7000, Contracting Officer's Representative; 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, Representations Relating to Compensation for Former DOD Officials; DFARS 252.204-7004 Alt A, System for Award Management applies to this acquisition. DFARS 252.204-7006 Billing Instructions DFARS 252.204-7012 Adhering to DoD Cybersecurity Requirements DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payment DFARS 252.247-7023, Transportation of Supplies by Sea Site Visit: No site visit required. Quotes shall be submitted by email to John Ebmeier, Contract Specialist, at ng.md.mdarng.list.uspfo-arpc@mail.mil; no later than May 17, 2017, 5:00 PM EST. Quotes shall be clearly marked RFQ W912K6-17-Q-0025. Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it will not be considered by the agency. Telephone request will not be considered. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. 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 via email to John Ebmeier at ng.md.mdarng.list.uspfo-arpc@mail.mil no later than May 5, 2017 by 3:00 PM EST. Questions not received within the allowable time may not be considered. Point of Contact: USPFO for Maryland, Contracting Division at ng.md.mdarng.list.uspfo-arpc@mail.mil. Contracting Office Address: USP&FO for Maryland, Purchasing and Contracting Division 301 Old Bay Lane State Military Reservation Havre de Grace, Maryland 21078-4003 United States Primary Point of Contact: John Ebmeier Contract Specialist ng.md.mdarng.list.uspfo-arpc@mail.mil ATTACHEMENTS: N/A
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-17-Q-0025/listing.html)
 
Place of Performance
Address: South Edgewood Area Arsenal, Lauderick Creek Training Area – MDARNG Training Center, Construction Facility Management Office (CMFO), 2624 Fairview Point Road Edgewood, MD 21040, Edgewood, Maryland, 21040, United States
Zip Code: 21040
 
Record
SN04486406-W 20170428/170426235416-16acbfd864672acf941e66144d0cdb60 (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.