Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2018 FBO #6013
SOLICITATION NOTICE

56 -- 4500 PSI Ready Mix Concrete - W901UZ-18-R-5001 SF1449

Notice Date
5/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327320 — Ready-Mix Concrete Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 119 MSG/MSC, ND ANG, 1400 28 AVENUE NORTH, FARGO, North Dakota, 58102-1051, United States
 
ZIP Code
58102-1051
 
Solicitation Number
W901UZ-18-R-5001
 
Archive Date
5/31/2018
 
Point of Contact
Brian L. Erdmann, , Dallas Eckholm,
 
E-Mail Address
brian.l.erdmann.mil@mail.mil, dallas.w.eckholm.civ@mail.mil
(brian.l.erdmann.mil@mail.mil, dallas.w.eckholm.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
W901UZ-18-5-5001 SF1449 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation W901UZ-18-R-5001 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97. The NAICS code is 327320 and the small business size standard is 500 Employees. The following commercial items are requested in this solicitation: CLIN 0001 - 4,500 PSI Ready Mix Concrete QTY: Estimated 5,800 Unit of Issue: CUBIC YARDS Period of Performance / Delivery Timeframe: Approximately 7JUL2018-29AUG2018 ----------------------------------------------------------------------------------- FOB: Destination for delivery to: 119th Wing 1400 32nd Avenue North Fargo, ND 58102 **SEE ATTACHED SOLICITATION FOR COMPLETE DESCRIPTION OF REQUIREMENTS. **SHORT OF AWARD AUTHORITY: This effort is a high priority requirement in support of the National Guard. Funds are not presently available to make award. If funds become available for award, and prices are deemed fair and reasonable, it is the Governments intent to make award. This is not a commitment of funds or contract award. Prior to a contractor receiving an award as a result of this solicitation, any interested party must be registered and have an active, valid registration in the System for Award Management (SAM). To obtain information on SAM and/or to register with SAM, visit their web site at http://www.sam.gov. In accordance with the 119th Security Forces Installation Security Program and AFI 31-101, ALL contractors who require access to the installation shall accomplish a WG Form 31-18 and satisfactorily complete a National Crime Information Center (NCIC) background check. The issuance of Contractor Vendor Badges for the successful offeror and all employees of the successful offeror who will be delivering aggregate materials on the Installation is required. The successful offeror who is subsequently awarded the contract for this requirement is required to turn in their issued Contractor Badges at conclusion of contractor performance (to include employees of the prime Contractor). It is the offeror's responsibility that all offers submitted are received prior to the time and date for receipt of the offer listed in Block 8 of the attached SF 1449. You may either submit your offer online through this posting on FBO or email your offer directly to MSgt Brian Erdmann at brian.l.erdmann.mil@mail.mil. Quotes are required to be received not later than Wednesday, May 16th, 2018 at 12:00 P.M. Central Standard Time (CST). Requests for an extension of this solicitation period shall not be granted. **To gain a complete understanding of this requirement, a pre-bid conference will be held on Friday, May 11th at the 119th Wing, located at 1400 32nd Ave. North in Fargo, North Dakota. Time and location of this pre-bid conference will be 10:00 a.m. Central Standard Time (CST), at the CE Conference Room at Building 100. This pre-bid conference is not mandatory, but highly encouraged. The following clauses and provisions apply to this acquisition: 52.203-3 Gratuities APR 1984; 52.204-7 System for Award Management OCT 2016; 52.204-13 System for Award Management Maintenance OCT 2016; 52.204-16 Commercial and Government Entity Code Reporting JUL 2016; 52.209-7 Information Regarding Responsibility Matters JUL 2013; 52.211-17 Delivery of Excess Quantities SEP 1989; 52.212-1 (Dev) Instructions to Offerors - Commercial Items. (DEVIATION 2018-O0013) APR 2018; 52.212-3 Offeror Representations and Certifications--Commercial Items NOV 2017; 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017; 52.222-3 Convict Labor JUN 2003; 52.222-21 Prohibition Of Segregated Facilities APR 2015; 52.222-26 Equal Opportunity SEP 2016; 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014; 52.222-50 Combating Trafficking in Persons MAR 2015; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011; 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008; 52.232-1 Payments APR 1984; 52.232-8 Discounts For Prompt Payment FEB 2002; 52.232-11 Extras APR 1984; 52.233-3 Protest After Award AUG 1996; 52.243-1 Changes--Fixed Price AUG 1987; 52.249-8 Default (Fixed-Price Supply & Service) APR 1984; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013; 252.203-7003 Agency Office of the Inspector General DEC 2012; 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011; 252.204-7003 Control Of Government Personnel Work Product APR 1992; 252.204-7004 Alt A System for Award Management Alternate A FEB 2014; 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls OCT 2016; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016; 252.211-7003 Item Unique Identification and Valuation MAR 2016; 252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations MAR 2018; 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012; 52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS--REPRESENTATION (JAN 2017); 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011); 52.211-18 VARIATION IN ESTIMATED QUANTITY (APR 1984); 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014); 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2018); 52.233-2 SERVICE OF PROTEST (SEP 2006); 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011); 252.209-7997 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-DOD APPROPRIATIONS (DEVIATION 2013-O0006) (JAN 2013); 252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM--BASIC (DEC 2017); 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA32-1/W901UZ-18-R-5001/listing.html)
 
Place of Performance
Address: 1400 32nd Ave. North, Fargo, North Dakota, 58078, United States
Zip Code: 58078
 
Record
SN04916323-W 20180511/180509230712-504ab27393850b828e9d22b1c8619c1f (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.