Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 05, 2021 SAM #7036
SOLICITATION NOTICE

56 -- Crack-Fill All Asphalt Areas (Parking Lots and Drive Lanes) Maricopa, AZ

Notice Date
3/3/2021 11:54:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324121 — Asphalt Paving Mixture and Block Manufacturing
 
Contracting Office
USDA ARS PWA AAO ACQ/PER PROP ALBANY CA 94710 USA
 
ZIP Code
94710
 
Solicitation Number
12905B21Q0011
 
Response Due
3/17/2021 2:00:00 PM
 
Archive Date
04/01/2021
 
Point of Contact
Paige C. Francis, Phone: 5203166314
 
E-Mail Address
paige.francis@ars.usda.gov
(paige.francis@ars.usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS SOLICITATION IS A 100% SET-ASIDE FOR SMALL BUSINESS. PROJECT TITLE: Crack-Fill All Asphalt Areas (Parking Lots and Drive Lanes) PROJECT LOCATION: Maricopa, AZ MAGNITUDE OF CONSTRUCTION: Less than $25,000. An organized site visit has been scheduled for Wednesday March 10, 2021 between 11:00 am to 12:00 pm local time U.S. Arid Land Agricultural Research Center 21881 N. Cardone Lane, Maricopa, AZ 85138 Pre-register is required for the site visit. Please send email to harry.gardner@usda.gov by close of business day on Monday March 8th, 2021 to pre-register. NOTE: All attending may be required to have a government issued form of�identification with photograph (state issued driver licenses are acceptable). 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. The solicitation number is 12905B21Q00011 and is issued as a Request for Quotation (RFQ), unless otherwise indicated herein. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The associated North American Industrial Classification System (NAICS) code for this procurement is 342121. Requirement: USDA ARS 21881 N. Cardon Lane, Maricopa, AZ has a requirement for Crack-fill all asphalt areas (parking lots and drive lanes).� PROJECT TITLE: �Crack-Fill All Asphalt Areas (Parking Lots and Drive Lanes)� at the U.S. Arid Land Agricultural Research Center, Maricopa, Arizona.� � GOVERNMENT POINTS OF CONTACT: � Contracting Officer (CO): TBD Contract Specialist (CS): TBD Facilities Operations Specialist (FOS)/ Contracting Officer�s Representative (COR): Harry Gardner������������������������������������������������������������������������ Facility Operations Specialist������������������������ 21881 N. Cardon Lane���������������������������������������������� Maricopa, AZ� 85138 Tel. No.:� 602-725-2123 harry.gardner@usda.gov 3.0 LOCATION: The site of work is located at the Agricultural Research Service, Arid Land Agricultural Research Center, 21881 N. Cardon Lane, Maricopa, AZ.� 85138. SITE VISIT: A site visit and inspection tour is strongly encouraged and not required.� The site visit will be conducted on Wednesday, March 10th, 2021 at between 11:00 am and 12:00 pm (MST).� For any other requested site visit date or time scheduling, contact Harry Gardner directly by email at harry.gardner@usda.gov. � �5.0 BACKGROUND: ALARC is organized under the Agricultural Research Service (ARS) which is the principal research agency of the USDA and the Research, Education, and Economics (REE). The U.S. Arid-Land Agricultural Research Center�(ALARC) integrates the former Western Cotton Research Laboratory and the U.S. Water Conservation Laboratory on a 20-acre site at the University of Arizona, Maricopa Agricultural Center (MAC).� The facility opened in�February 2006. The location needs a Qualified Contractor to provide labor, supervision, equipment, and supplies/materials, except those furnished by the Government, necessary to Crack-fill all Asphalt Areas (Parking Lots and Drive Lanes) as described in this SOW. The contractor shall maintain the current facility buildings, grounds and equipment to their most productive and efficient state of performance. SCOPE OF SERVICE: The contractor shall provide all professional services necessary for the accomplishment of the contract project and such required services shall be in accordance with requirements as described herein. [X] Provide cost estimates for parts, materials and labor to complete the requested work. PROJECT REQUIREMENTS: Contractor shall furnish a technical and unit priced (labor and materials) cost proposal to complete each project for any requested work as detailed in section 7.1 below. All requested work will be performed at the U.S. Arid Land Agricultural Research Center, Maricopa, Arizona.� The contractor shall work with the site personnel to ensure project is accomplished in a timely manner. � Schedule: Provide qualified labor, supervision, equipment, and supplies/materials, necessary to Crack-fill all Asphalt areas (Parking Lots and Drive Lanes). Base: Crack-fill all asphalt areas (parking lots and drive lanes). Contractor shall verify linear footage Linear footage, of cracks, is approximately 8,000 feet. All work to be completed during normal business hours (7:00 - 3:00). Provide USDA with a copy of all necessary documentation. Crack-fill Asphalt Parking Lots and Drive Lanes: Schedule with facilities department. Barricade areas as needed. Sweep and Blow out cracks in the asphalt with compressed air and apply Craftco PolyFlex (or equivalent) Hot Crack Sealant to all cracks over � inch wide ������Description of Work: The Contractor will work with site personnel to ensure project is accomplished in a timely manner. All requested work shall comply with applicable federal, state (Arizona), and local code requirements as well as current industry standards, and health and safety codes, in effect at the time of contract award. Contractor shall furnish all labor, materials, equipment, transportation, and field supervision for the completion of any requested project. All removed hardware, debris and surplus materials resulting from all completed work shall be removed from the work area and disposed of properly after completion of the project. Contractor shall provide and maintain all necessary guards, lights, barricades, etc., to protect persons, property, and materials in and around the site. Contractor shall schedule his work so that his working hours and the working hours of the location coincide (M-F -7:00am � 3:00pm).� Should it be necessary to work hours other than the normal, regular working hours, the contractor shall arrange for access to the area with the location personnel.��������������������������� Sanitation facilities: The contractor may use the government sanitary facilities during the execution of this project. It is required that the contractor use these facilities in a responsible manner. GENERAL REQUIREMENTS: Installation: It shall be the responsibility of the Contractor to complete work in accordance with the manufacturer�s recommendations and Industry Standards. Additional procedures and materials may be required than is indicated herein.� If any item specified herein conflicts with the applicable codes and recommendations, the Contractor shall bring it to the attention of the location personnel for immediate resolution. Permits: Where governing regulations and imposed codes and standards require notices, permits, licenses, inspections, tests, and similar items or actions in order to lawfully proceed with the required work, the Contractor shall obtain items and take those actions in accordance with the regulations of the governing authority. Special authority may be required for remediation and disposal of ACM, Contractor shall confirm this and obtain this authority. The costs of such permits, licenses, inspections, etc., are the obligation of the Contractor. � Existing Installations/Demolition: Contractor shall modify existing installations as needed to accommodate the new installation. Where applicable contractor shall coordinate demolition or modification of existing installations with the Owner. All disturbances of existing systems shall be thoroughly coordinated with the Owner to prevent disconnecting equipment that may potentially jeopardize in-progress research.� The Owner reserves the right to retain any equipment or materials removed as part of this scope of work. The Contractor shall coordinate any equipment or materials to be retained with the Owner prior to starting demolition operations. The Contractor shall legally dispose all equipment or material removed that will not be retained. The contractor shall divert project waste to recycle where practical. The Contractor shall track and document the amount of waste diverted to recycle. The contractor shall submit diversion documentation as part of closeout. If no waste is diverted to recycle, the contractor shall submit a letter stating so and why diversion was not practical. � Submittals: Contractor shall provide other relevant illustrations, standard schedules, mix designs, electrical layout and plan, performance charts, instructions, brochures, diagrams, manufacturer descriptive literature, catalog data, etc. Applicable to proposed material install. The descriptive literature shall be annotated/highlighted to show its conformance with contract requirements.� Submittals are required for all building materials and equipment and will be stamped and/or signed by the general contractor prior to submission to the Government. Contractor is responsible for any costs incurred for equipment ordered without prior approval. � Quality Control: The work performed under this contract shall be subject to continuous audit by the COR. Quality control is the exclusive responsibility of the Contractor. Protection of Work and Property/Safety Requirements: The Contractor shall protect the work, the site, and all existing property and structures within the limits of the construction activities or that may be affected thereby until acceptance of the work.� Any damage to property shall be repaired at the Contractor�s expense, to pre-damaged condition to the satisfaction of the COR. � Temporary Facilities: Temporary utilities (water and electricity) may be furnished to the Contractor by the Government, if so requested. The Contractor shall maintain and protect all such utilities during the course of construction and shall repair or replace any items damaged through its own negligence. Should the Contractor require any power or utility shutdowns during construction, the Contractor shall obtain approval for such shutdown from the Location Monitor three working days prior to the need. � �����Materials and Equipment: The material and equipment to be furnished under these contract documents shall be the standard products of manufacturers regularly engaged in the production of such materials and equipment and shall be the manufacturer�s latest standard design. �����Site Cleanup: The construction site shall be kept clean and free of debris at all times.� Restore areas disturbed as nearly as possible to the original appearance and condition. Upon completion of the project, and prior to final inspection, the Contractor shall remove from the premises all unused material, trash, and debris resulting from the work to the satisfaction of the COR. Final Inspection: The Contractor shall notify the Contracting Officer and Owner in writing 10 days prior to the date that the project will be ready for final inspection. An inspection of the project will be made by the Contracting Officer and Contractor at a mutually agreed upon time.� COR and contractor shall compile a �punch list� prior to final acceptance of the installation and submit completed warranty documentation to manufacturer. � Warranty: In addition to any other warranties set out elsewhere in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect of equipment, material or design furnished, or workmanship performed by the Contractor or any of his subcontractors or suppliers at any tier. Such warranty shall continue for a period of one year from the date of final acceptance of the project. Under this warranty, the Contractor shall remedy at his own expense any such failure to conform or any such defect. In addition, the Contractor shall remedy at his own expense any damage to Government owned or controlled real or personal property, when that damage is the result of the Contractor's failure to conform to contract requirements or any such defect of equipment, material, workmanship, or design. The Contractor shall also restore any work damaged in fulfilling the terms of this clause. The Contractor's warranty with respect to work repaired or replaced hereunder will run for one year from the date of such repair or replacement. Submit data concerning the standard one-year warranty for workmanship, including the warranty periods (dates), and warranty contacts with names, addresses and telephone numbers. Extended Equipment/Product Warranties:� Obtain and furnish, to the location personnel, all written warranties for equipment/products that have extended warranties (warranty periods exceeding the standard one-year warranty) furnished under the contract.� The warranty period shall begin on the same date as project acceptance and shall continue for the full/product warranty period.� The warranties shall be fully executed and delivered to the Contracting Officer prior to final acceptance of the facility. � Notification and Compliance: The Government shall notify the Contractor in writing within a reasonable time after the discovery of any failure, defect, or damage. Should the Contractor fail to remedy any failure, defect, or damage within a reasonable time after receipt of notice thereof, the Government shall have the right to replace or repair and have the cost billed to the Contractor. � Latent Defects: The Warranty specified herein shall not limit the Government�s rights with respect to latent defects, gross mistake, or fraud. � Acceptance: Upon satisfactory submittal of the above documents the Contracting Officer shall issue to the Owner a certificate recommending final acceptance of the project. Minor unfinished items of work may be listed on the certificate and excepted from final acceptance. A sum sufficient to cover the cost of completing these unfinished items of work will be withheld by the Owner from the final payment. All other funds including retainage shall be due and payable upon receipt by the Owner of the Contracting Officer's certificate. Upon certification by the Contracting Officer that the items of work have been completed, all monies withheld by the Owner shall be due the Contractor AGAR Clauses 452.211-71 Equal Products Offered. As prescribed in 411.171, insert the following or substantially the same clause in solicitations seeking offers on a ""brand name or equal"" basis to allow offerors the opportunity to clearly identify the ""equal"" item being offered, and to illustrate how that item meets the salient characteristics requirements of the Government. EQUAL PRODUCTS OFFERED (NOV 1996) (a) Offerors proposing to furnish an ""equal"" product, in accordance with the ""Brand Name or Equal"" provision of this solicitation, shall provide the following information for each offered ""equal"" product: Contract Line Item Number (if any): _____________________________ Brand Name or Equal Product identified by the Government in this solicitation: _____________________________________ Offered Product Name: _______________________________________ Catalog Description or part number: _____________________________ Manufacturer's Name: ________________________________________ Manufacturer's Address: ______________________________________ (b) Offerors are responsible for submitting all additional information on the above product necessary for the Contracting Officer to determine whether the product offered meets the ""brand name or equal"" product's salient characteristics listed in the solicitation. (End of Clause) Solicitation 12905B21Q00011 is issued as a RFQ. The solicitation document, with the attached clauses and provisions, is issued in accordance with the Federal Acquisition Regulation (FAR) and will be incorporated in the awarded firm-fixed price purchase order. Interested vendors should reference the solicitation documents for all terms and conditions. All interested parties are responsible for monitoring this website to ensure they have the most current information (i.e. Amendments) for the solicitation. No paper solicitation will be available. Question Submission: Interested Offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Address ALL questions in WRITING to the issuing office via email to paige.francis@usda.gov.� Ensure to reference the solicitation number for any questions. No telephone inquiries will be accepted. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. Quote Submission Instructions: 1. Read the solicitation in its entirety (including the Specifications documents). 2. The quote should include any other documentation deemed necessary such as references. 3. Quotes must be submitted via email by 05:00 PM Eastern Standard Time, Thursday April 1st, 2021, by email to paige.francis@usda.gov. The to line of the quote submission MUST include the solicitation number. 4. This is a Best Value Acquisition. Award of the contract resulting from this solicitation will be made to the responsible offeror whose proposal offers the ""best value"" to the Government, which may not necessarily be the quote offering the lowest price nor the highest technical advantage. In the event two or more offerors within the competitive range are considered essentially equal in terms of technical competence, the Government reserves the right to award to the offeror with the lowest realistic price. FAR 15.101-2 5. The Government may elect to conduct discussions with offerors whose quotes are technically acceptable (or which may be expected to be made acceptable by moderate modification) and fall within the competitive price range. The Government reserves the right, however, to award a contract based on initial offers without conducting discussions. Therefore, each quote should be submitted in the most favorable terms, from a price and technical standpoint. See FAR 9.104-1. 6. USDA-ARS is Tax Exempt. Tax Exemption Certificate: 720564834F. 7. GSA discounts: The USDA is requesting that schedule contractors extend additional discounts to the USDA when making responses to this solicitation. GSA contract schedule holders are able to offer one-time discounts from established Schedule contracts. Schedule contractors can give one buying member a discount without passing the discount on to the entire federal government. This provision allows the contractor to offer and the government to avail itself of spot pricing in the commercial market. 8. Contractor must be registered at SAM.gov (System for Award Management) at https://www.sam.gov/portal/public/SAM/ prior to quote submission. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. All quotes must be FOB Destination. Please respond with a firm fixed price quote to the email address below. Offerors are encouraged to provide discounts in their pricing. The Government will evaluate prices offered for reasonableness in accordance with FAR 13.106-3(a) - Basis for Award. The clause 52.214-4, Contract Terms and Conditions--Commercial Items and 52.214-5, Contract Terms and Conditions required to implement Statues or Executive Orders--Commercial Items, apply to this acquisition. Commercial Items Clauses are attached. SUBMIT QUOTE TO: paige.francis@usda.gov �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e843a2d60f474c0889e5002e841e45a4/view)
 
Place of Performance
Address: Maricopa, AZ 85138, USA
Zip Code: 85138
Country: USA
 
Record
SN05932279-F 20210305/210303230115 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.