Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2021 SAM #7153
SOLICITATION NOTICE

56 -- 56--OPTION - Stone

Notice Date
6/30/2021 2:30:49 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212312 — Crushed and Broken Limestone Mining and Quarrying
 
Contracting Office
W6QM MICC-FT AP HILL FORT A P HILL VA 22427-3116 USA
 
ZIP Code
22427-3116
 
Solicitation Number
0011606245-1
 
Response Due
7/2/2021 1:30:00 PM
 
Archive Date
12/29/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
AMENDMENT NOTICE: 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 0011606245-1 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06. The associated North American Industrial Classification System (NAICS) code for this procurement is 212312 with a small business size standard of 750.00 employees. This requirement is a Total HUB-Zone Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2021-07-02 16:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be Fort A.P. Hill , VA 22427 The MICC Fort AP Hill requires the following items, Meet or Exceed, to the following: Base Period of Performance: 09/10/2021 - 09/09/2022 LI 001: VDOT, SIZE #1, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 1500, NET TON; LI 002: VDOT, SIZE #3, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 2000, NET TON; LI 003: VDOT, SIZE #10, DUST TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 2000, NET TON; LI 004: VDOT, SIZE #21A, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 24000, NET TON; LI 005: VDOT, SIZE #26, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 100, NET TON; LI 006: VDOT, SIZE #357, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 100, NET TON; LI 007: VDOT, SIZE #57, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 600, NET TON; LI 008: VDOT, CLASS 1 RIP-RAP STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 100, NET TON; LI 009: VDOT, SIZE #56, STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 100, NET TON; LI 010: VDOT, SIZE #15 SAND, STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 800, NET TON; LI 011: VDOT, SIZE #A1A RIP RAP STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 250, NET TON; LI 012: GABION STONE, STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 300, NET TON; LI 013: PEA GRAVEL, STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 50, NET TON; Option 1 Period of Performance: 09/10/2022 - 09/09/2023 LI 001: VDOT, SIZE #1, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 1500, NET TON; LI 002: VDOT, SIZE #3, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 2000, NET TON; LI 003: VDOT, SIZE #10, DUST TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 2000, NET TON; LI 004: VDOT, SIZE #21A, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 24000, NET TON; LI 005: VDOT, SIZE #26, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 100, NET TON; LI 006: VDOT, SIZE #357, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 100, NET TON; LI 007: VDOT, SIZE #57, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 600, NET TON; LI 008: VDOT, CLASS 1 RIP-RAP STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 100, NET TON; LI 009: VDOT, SIZE #56, STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 100, NET TON; LI 010: VDOT, SIZE #15 SAND, STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 800, NET TON; LI 011: VDOT, SIZE #A1A RIP RAP STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 250, NET TON; LI 012: GABION STONE, STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 300, NET TON; LI 013: PEA GRAVEL, STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 50, NET TON; Option 2 Period of Performance: 09/10/2023 - 09/09/2024 LI 001: VDOT, SIZE #1, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 1500, NET TON; LI 002: VDOT, SIZE #3, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 2000, NET TON; LI 003: VDOT, SIZE #10, DUST TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 2000, NET TON; LI 004: VDOT, SIZE #21A, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 24000, NET TON; LI 005: VDOT, SIZE #26, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 100, NET TON; LI 006: VDOT, SIZE #357, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 100, NET TON; LI 007: VDOT, SIZE #57, TAILGATE/STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 600, NET TON; LI 008: VDOT, CLASS 1 RIP-RAP STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 100, NET TON; LI 009: VDOT, SIZE #56, STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 100, NET TON; LI 010: VDOT, SIZE #15 SAND, STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 800, NET TON; LI 011: VDOT, SIZE #A1A RIP RAP STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 250, NET TON; LI 012: GABION STONE, STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 300, NET TON; LI 013: PEA GRAVEL, STOCKPILE, IN ACCORDANCE WITH THE ATTACHED SPECIFICATIONS AND CLAUSES, 50, NET TON; Solicitation and Buy Attachments ***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 by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort AP Hill intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort AP Hill is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5b3455fc8a9b44fa8e9a6926c4e4e354/view)
 
Place of Performance
Address: Directorate of Public Works 19952 N. Range Road, Fort A.P. Hill , VA 22427, USA
Zip Code: 22427
Country: USA
 
Record
SN06048030-F 20210702/210630230117 (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.