Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2017 FBO #5733
SOLICITATION NOTICE

56 -- SCREENINGS AND RIP RAP

Notice Date
8/2/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212319 — Other Crushed and Broken Stone Mining and Quarrying
 
Contracting Office
U.S. Fish & Wildlife Service, Rgn 3 5600 American Blvd West Suite Bloomington MN 55437-1458 US
 
ZIP Code
00000
 
Solicitation Number
F17PS01069
 
Response Due
8/15/2017
 
Archive Date
8/30/2017
 
Point of Contact
Clearwater, Becky
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION NO. F17PS00368 U. S. FISH & WILDLIFE SERVICE (USFWS), REGION 3, BLOOMINGTON, MINNESOTA (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 is a total small business set-aside Request for Quote (RFQ). This procurement is for Line Item 00010: the furnish, delivery and tailgate spread of Screenings/Lime and Line Item 00020: Riprap material to conform to the general requirements of MoDOT Standard Specifications 611.30 (Rock Blanket) delivered and off-loaded at various locations along the south levee of the Clarence Cannon National Wildlife Refuge as described in section v., at the U.S. Fish & Wildlife Service, Clarence Cannon, 37599 County Rd. 206, Annada, Missouri 63330, at various locations along the south levee of the Clarence Cannon National Wildlife Refuge. (ii) The solicitation number for this request is F17PS01069 and is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular and DIAPR 2011-04. (iv) This is a 100% Small Business Set-Aside for small business concerns. The North American Industrial Classification System (NAICS) code is 212312, with a corresponding size standard for this NAICS is 500 employees. All Offerors must disclose their size standard and DUNS NUMBER in the submitted quotation in order to be considered responsive to this solicitation. This requirement is being procured in accordance with FAR Part 12, Acquisition of Commercial Items and an award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. Buyer intends to issue award using a fixed priced purchase order. (v) This procurement is for Line Item 00010: the furnish, delivery and tailgate spread of Screenings/Lime and Line Item 00020: Riprap material to conform to the general requirements of MoDOT Standard Specifications 611.30 (Type 2 Rock Blanket) delivered and off-loaded at various locations along the south levee of the U.S. Fish & Wildlife Service, 37599 County Rd. 206, Annada, Missouri, 63330, at various locations along the south levee of the Clarence Cannon National Wildlife Refuge. Specific location, timing and quantity of material will be coordinated with the Refuge Manager, Jason Wilson. (vi) Description of Requirements: The Contractor shall provide all labor, materials, supplies, tools, parts, equipment, transportation, fuel, tolls, facilities, plants, licenses and/or permits, fees, taxes, surcharges, insurance, bonds, expertise and supervision necessary to deliver Riprap Materials to various locations along the south levee of the Clarence Cannon National Wildlife Refuge near Annada, Pike County, MO, in accordance with the terms of this request. vii. Delivery Requirements: Delivery shall be coordinated with Refuge Manager, Jason Wilson at 573-847-2333. Delivery will be to Clarence Cannon National Wildlife Refuge, 37599 County Rd. 206, Annada, Pike County, Missouri 63330. Delivery locations are designated on the attached map. Drivers shall furnish certified scale tickets to FWS/government personnel at the Refuge, located at the delivery site on a daily basis. For inquires on delivery site details and specifications, contact is the Refuge Manager, Jason Wilson at 573-847-2333. NOTE: It is the Contractors responsibility to visit the site prior to bidding and know existing delivery and road conditions. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and addenda to the provision includes all quotes to be in English and priced in U.S. dollars. FAR provision and clauses are available for review at http://farsite.hill.af.mil. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, does apply to this acquisition. This requirement is being procured in accordance with FAR Part 12, Acquisition of Commercial Items and an award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. Contracting Officer intends to issue an award using a fixed-priced purchase value based on the following: (i) best value to the government based on lowest price technically acceptable quote; and (ii) past performance. (x) Successful offeror must be registered in the System Award Management website at www.sam.gov, to include FAR provisions 52.212-3, Offeror Representatives and Certification-Commercial Items, at the time the quote is due. (xi) FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-06 Alt I, 52.219-08, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.225-25, 52.232-33, 52.232-39, 52.232-40 and DOI Electronic Invoicing (www.ipp.gov). DOL Wage Determinations are attached (xiii) N/A (xiv) N/A. (xv) Telephone quotes are not accepted. Quotes must be received by on August 15, 2017, 5:00 P.M. Central Daylight Time. Quotes must be submitted via email to the attention of becky_clearwater@fws.gov OR by FAX (573) 234-2181 Attention: Becky Clearwater. (xvi) For information regarding the solicitation or to obtain additional information, please contact Contracting Officer, Becky Clearwater at (573) 234-2132, extension 105 OR by email to becky_clearwater@fws.gov All interested Contractors shall provide a quote as follows: (1) There is SF 1449 available for submitting quote. Parties responding to this Solicitation may also submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but at the minimum include the following information: (2) Quote for Line Item 00010: Screenings/Lime and Line Item 00020: Riprap Material per description on Solicitation (3) Company's name, point of contact, address, phone number, fax number, email address, solicitation number, item Description/Specification (Descriptive literature if applicable), total price (itemize price per ton including delivery). Price(s) should be for FOB Destination and should take into consideration delivery. (4) Statement confirming registration in SAM (www.sam.gov). Statement confirming Representation and Certification completion within SAM. Provide account expiration date, cage code, DUNs number, and taxpayer ID number; (5) Statement confirming that you will accept electronic payment through IPP. (www.ipp.gov) NOTE: Any quotes not received by the due date and time specified in this synopsis/solicitation will be rejected. Additionally, any incomplete quote not containing the required information as stated in this solicitation may also be rejected. NOTE: The final quoted price(s), both total and individual, MUST include all applicable fees, gratuities, commissions, service charges, etc. THE FEDERAL GOVERNMENT IS TAX EXEMPT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F17PS01069/listing.html)
 
Record
SN04608289-W 20170804/170802231552-e27410e85097d3fe86d7a46b7474b035 (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.