Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

56 -- Base Rock-Big Cypress NP-Ochopee, FL

Notice Date
1/13/2020 4:20:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212312 — Crushed and Broken Limestone Mining and Quarrying
 
Contracting Office
SER SOUTH MABO (54000) HOMESTEAD FL 33034 USA
 
ZIP Code
33034
 
Solicitation Number
140P5420Q0003
 
Response Due
2/12/2020 8:59:59 PM
 
Archive Date
07/17/2020
 
Point of Contact
Stefanos, Mary
 
E-Mail Address
Mary_Stefanos@nps.gov
(Mary_Stefanos@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation for Commercial Items FAR 12.603 General Information Document Type: Combined Solicitation/Synopsis Solicitation #: 140P5420Q0003 Posted Date: Jan 13, 2020 Response Date: February 12, 2020 Product or Service Code: 5610 (Mineral Construction Materials, Bulk) Set Aside: Total Small Business NAICS Code: 212312 (Crushed and Broken Limestone Mining and Quarrying) Contracting Office Address NPS, SER - South MABO 40001 SR 9336 Homestead, FL 33034 Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-02 (23 Dec 19). The associated North American Industrial Classification System (NAICS) code for this procurement is 212312, with a small business size standard of 750 employees. THIS SYNOPSIS PAGE CONTAINS ONLY A PARTIAL AMOUNT OF INFORMATION CONTAINED IN THIS SOLICITATION. The Standard Form 18 together with this information make a complete solicitation package. Only the SF 18 needs to be submitted with your quote. This Acquisition may result in a firm fixed price purchase order. The South Major Acquisition Buying Office (MABO), 33100 Tamiami Trail East, Ochopee, FL 34141 is seeking to purchase rock for Big Cypress National Preserve. Contractor shall provide all labor, supervision, licenses, tools, transportation and equipment necessary to deliver approximately 3,000 tons of base rock, meeting IAW current FDOT Standard, Section 911 (Base and Stabilized Base Materials) Standard Specifications for Road and Bridge Construction. The government will maintain the stockpile and will be available at the dump site to sign delivery tickets. There is adequate room for loaders to turn around. Dump site is less than a mile off the main road via maintained gravel road. All interested companies shall provide a quote for the rock per ton and the total price on the SF 18. Supplies Line Item Description Quantity U/I Unit Price Total Price 0010 Base Rock 3,000 tons _________ ___________ The delivery period of performance is 30 days after receipt of order. FOB destination. The contractor shall deliver line item(s) 0010 to Big Cypress National Preserve at the location specified below. Delivery Location: Big Cypress National Preserve, 33100 Tamiami Trail East, Ochopee Fl. 34141. (Dump site is less than a mile off the main road via maintained gravel road.) SITE VISIT: N/A Award shall be made to the quoter whose quotation offers the best value to the government, considering past performance and price. The government will evaluate information based on the following evaluation criteria: (1) price, and (2) past performance, which are all equally weighted. Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, �Instructions to Offerors�Commercial Items� (Oct 2018) 2. FAR 52.212-2, �Evaluation � Commercial Items� (Jan 2017) 3. FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items� (Dec 2019) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items.� If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: -FAR 52.212-4, �Contract Terms and Conditions�Commercial Items� (Oct 2018) -FAR 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders� (Oct 2018) The following subparagraphs of FAR 52.212-5 are applicable: The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644), 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)), 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)), FAR 52.219-30, FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (May 2014), 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Jul 2013)(31 U.S.C. 3332), 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67), and 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658) 52.204-18 Commercial and Government Entity Code Maintenance. (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.204-24 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (Dec 2019) 52.202-01 Definitions. (NOV 2013) 52.203-98 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2015-02) (Feb 2015) 52.203-99 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-02) (Mar 2015) 52.204-8 Annual Representations and Certifications (Dec 2019) 52.204-13 System for Award Management Maintenance (Jul 2013) 52.204-19 Incorporation by Reference of Representations and Certifications. (DEC 2014) 52.211-8 Time of Delivery (Nov 2016) 52.212-3 Offeror Representations and Certifications � Commercial Items (Dec 2016) 52.212-4 Contract Terms and Conditions � Commercial Items (Jan 2017) 52.213-1 Fast Payment Procedure (May 2006) 52.215-6 Place of Performance (Oct 1997) 52.215-8 Order of Precedence � Uniform Contract Format (Oct 1997) 52.216-1 Type of Contract (APR 1984) 52.219-1 Small Business Program Representation (Oct 2014) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (JUNE 2003) 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000.00 (May 2014) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-50 Combating Trafficking in Persons. (MAR 2015) 52.222-55 Minimum Wages Under Executive Order 13658(Dec 2014) 52.223-2 Affirmative Procurement of Biobased Products Under Service Construction Contracts (Sep 2013) 52.223-6 Drug-Free Workplace (May 2001) 52.223-17 Affirmative Procurement of EPA-designated Items in Service & Construction Contracts (May 2008) 52.225-13 Restrictions on Certain Foreign Purchases. (JUN 2008) 52.225-18 Place of Manufacture. (MAR 2015) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (OCT 2015) 52.232-1 Payments (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013) 52.233-3 Protest after Award. (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim. (OCT 2004) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-15, Stop-Work Order (AUG 1989) 52.243-1 Changes - Fixed-Price. (AUG 1987) 52.246-2 Inspection of Supplies � Fixed Price (Aug 1996) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short-Form) (Apr 1984) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (Apr 1984) 52.249-8 Default (Fixed-Price Supply and Service) 52.253-1 Computer Generated Forms (Jan 1991) 1452.215-71 Use and Disclosure of Proposal Information-Department of the Interior. (APR 1984) Contractor Performance Information (DIAPR) 2010-14, Amendment 1 Contractor Performance Assessment Reporting System (JULY 2010) DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). ""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, description, quantity, unit of measure, unit price and extended price of the items delivered; and delivery date and a copy of the trip tickets. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its quotation. (End of Clause) DIAR 1452.201-70 AUTHORITIES AND DELEGATIONS (Sep 2011) (a) The Contracting Officer is the only individual authorized to enter into or terminate this contract, modify any term or condition of this contract, waive any requirement of this contract, or accept nonconforming work. (b) The Contracting Officer will designate a Contracting Officer's Representative (COR) at time of award. The COR will be responsible for technical monitoring of the contractor's performance and deliveries. The COR will be appointed in writing, and a copy of the appointment will be furnished to the Contractor. Changes to this delegation will be made by written changes to the existing appointment or by issuance of a new appointment. The COR for this contract will be: (c) The COR is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the Contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. (d) The Contractor shall comply with the written or oral direction of the Contracting Officer or authorized representative(s) acting within the scope and authority of the appointment memorandum. The Contractor need not proceed with direction that it considers to have been issued without proper authority. The Contractor shall notify the Contracting Officer in writing, with as much detail as possible, when the COR has taken an action or has issued direction (written or oral) that the Contractor considers to exceed the COR�s appointment, within 3 days of the occurrence. Unless otherwise provided in this contract, the Contractor assumes all costs, risks, liabilities, and consequences of performing any work it is directed to perform that falls within any of the categories defined in paragraph (c) prior to receipt of the Contracting Officer's response issued under paragraph (e) of this clause. (e) The Contracting Officer shall respond in writing within 30 days to any notice made under paragraph (d) of this clause. A failure of the parties to agree upon the nature of a direction, or upon the contract action to be taken with respect thereto, shall be subject to the provisions of the Disputes clause of this contract. (f) The Contractor shall provide copies of all correspondence to the Contracting Officer and the COR. (g) Any action(s) taken by the Contractor, in response to any direction given by any person acting on behalf of the Government or any Government official other than the Contracting Officer or the COR acting within his or her appointment, shall be at the Contractor�s risk. (End of Clause) QUESTIONS: Email any questions to the Contracting Officer at mary_stefanos@nps.gov no later than 10am/EST on Feb 4, 2020 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted. All quoters shall complete blocks 8a through 8f, 11c through 14 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. You must include your price per ton and total price, your DUNS number and acknowledge any amendments in your email submitting your quote. All quotations shall be submitted via email to Mary_Stefanos@nps.gov. Obtain emailed confirmation of offer. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails not received by the deadline of 10am ET on February 12, 2020). Confirmation of receipt will be provide once quote is obtained. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received no later than 10am ET on Feb 12, 2020 via email to Mary_Stefanos@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact: Mary Stefanos, Contracting Officer, Mary_Stefanos@nps.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/047523c98a87442e8d7db3003f430800/view)
 
Place of Performance
Address: 33100 Tamiami Trail E, Ochopee, FL 34141, USA
Zip Code: 34141
Country: USA
 
Record
SN05533344-F 20200115/200113230302 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.