COMMERCE BUSINESS DAILY ISSUE OF MAY 10, 2001 PSA #2848
SOLICITATIONS
56 -- READY MIXED CONCRETE
- Notice Date
- May 8, 2001
- Contracting Office
- Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549
- ZIP Code
- 96860-4549
- Solicitation Number
- N00604-01-T-A734
- Response Due
- May 16, 2001
- Point of Contact
- Viki Nakamoto, (808) 473-7532, Contracting Officer
- E-Mail Address
- Click here to contact the Contracting Officer via (viki_t_nakamoto@pearl.fisc.navy.mil)
- Description
- 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; proposals are being requested and a written solicitation will not be issued. Solicitation N00604-01-T-A734 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24. This procurement is being solicited on an unrestricted basis and is not set-aside for small businesses. The applicable North American Industry Classification System (NAICS) Code is 327320 and the small business size standard is 500. The resultant contract will be an Indefinite Delivery Type Contract and deliveries shall be made only upon issuance of individual delivery orders placed against the resulting contract. The authorized ordering activities are Navy Public Works Center, Pearl Harbor (PH) and Fleet And Industrial Supply Center, PH. Delivery locations and Item Numbers for the period 1 June 2001 through 31 May 2002 are as follows: ZONE 1 -- Delivery to Naval Base, PH and vicinity (including Camp Smith, Hickam AFB, and the Navy housing areas Hale Moku, Hokulani, Ohana Nui, Makalapa, Little Makalapa, Johnson Circle, Moanalua Manor, Halsey Terrace, Radford Terrace, Maloelap, McGrew Point, Pearl City (Manana) and Aliamanu housing. Item 0001AA -- Rated @ 3000 PSI, at 28 days, up to a maximum of " aggregate; Estimated Quantity (EQ): 200 CD. Item 0001AB -- Rated @ 3000 PSI, at 28 days, up to maximum of " aggregate with 3" to 4" slump; EQ: 50 CD. Item 0001AC -- Rated @ 300 PSI, at 28 days, up to maximum of " aggregate with FIBERMESH; EQ: 30 CD. Item 0001AD -- Rated @ 3000 PSI, at 28 days, up to maximum of " aggregate with 5" slump; Qty: 30 CD. Item 0001AE -- Rated @ 3000 PSI, at 28 days, up to maximum of " aggregate with 6" slump; EQ: 20 CD. Item 000AF -- Rated @ 3500 PSI, at 28 days, with 3" to 4" slump; EQ: 30 CD. Item 0001AG -- Rated @ 5000 PSI, at 28 days, with 3" to 4" slump; EQ: 15 CD. Item 0001AH -- Rated @ 3000 PSI, at 28 days, up to maximum of " aggregate with 3-1/2" slump; EQ: 50 CD. Item 0001AI -- Rated @ 3000 PSI, at 28 days, up to maximum of gravel 3/8" with 4" to 5" slump; EQ: 20 CD. ZONE 2 -- Delivery to Iroquois Point, including Capehart Housing. Item 0001AJ -- Rated @ 3000 PSI, at 28 days, up to a maximum of " aggregate; EQ: 20 CD. Specifications: (a) Mixed concrete shall be in accordance with ASTM Standard Specification for Ready-Mixed Concrete Designation: C94-96; (b) Mixed concrete, normal, Table I, is to be pre-mixed by weight and water added at contractor's plant and shall be in strict accordance with ASTM No. C94-96; (c) Mixed concrete is to be delivered in revolving drum trucks, and distributed into containers or forms on site. Ready-mix concrete is to be delivered on a F.O.B. destination basis. Deliveries shall be made to the locations and at the quantities stated on the individual delivery orders. Time of delivery shall be as stated in the individual delivery orders, but not more than five (5) workdays after date of the delivery order (except that when the needs of the Government permit, orders may provide a longer time for delivery). Deliveries shall be made between the normal working hours of 7:30 a.m. to 4:00 p.m., Monday through Saturday, excluding Federal holidays. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies with the following addendum: Paragraph (c), Period for acceptance of offers is revised to reflect an acceptance period of 60 calendar days from the date specified for receipt of offers; Paragraph (h), Multiple Awards is deleted. The provision at FAR 52.212-2, Evaluation-Commercial Items applies and the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made to the low cost, technically acceptable responsible offeror. In the event the unit price(s) and extended price(s) are ambiguous, the Government shall use the indicated unit price(s) for evaluation and award purposes. Provide at least 3 references (government or commercial entities) and include only companies or agencies where you provided same or similar type products. References shall include: (1) company or government office's name, address, phone and fax numbers; (2) the name and email address of a point of contact able to verify offeror's performance history; (3) the contract number, description of the supply and quantity provided, contract amount, and date the contract was completed. All offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items with Alternate I, with their offer. The clauses at FAR 52.203-8, Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity, 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.204-6 Data Universal Numbering System (DUNS) Number and FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, apply. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items applies with the following applicable clauses for paragraphs (b): FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I, FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.223-4 Recovered Material Certification, 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products, 52.225-13, Restriction on Certain Foreign Purchases, 52.225-15, Sanctioned European Union Country End Products, 52.232-36, Payment by Third Party and FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. FAR 52.211-16, Variation in Quantity applies with permissible variation of 10% increase and 10% decrease for all items. FAR 52.216-18, Ordering, applies and in accordance with this clause, orders may be issued from the date of contract award through expiration of the contract. FAR 52.216-19, Order Limitations applies with minimum order limit of $2,500.00, maximum order limits of $5,000 single item, $10,000.00 combination and 3 calendar days for a series of orders, returned orders within 3 calendar days. FAR 52.216-21, Requirements, applies with the following information: Contractor shall not be required to make any deliveries under this contract beyond 15 days after expiration of the contract. Offeror shall submit the information required in FAR 52.223-3, Hazardous Material Identification and Material Safety Data. The provisions at DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, 252.225-7000, Buy American Act-Balance of Payments Program Certificate applies. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses for paragraph (a): 252.225-7001, Buy American Act and Balance of Payments Program, DFARS 252.225-7012, Preference for Certain Domestic Commodities, DFARS 252.243-7002, Certification of Requests for Equitable Adjustment. 252.247-7022, Representation of Extent of Transportation by Sea applies. Offerors shall provide the information required by DFARS 252.223-7001, Hazard Warning Labels. 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials and 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card apply. L331 Review of Agency Protests (FISCPH) (APR 2000) (a) The contracting activity, Fleet and Industrial Supply Center Pearl Harbor (FISCPH) will process agency protests in accordance with the requirements set forth in FAR 33.103(d). (b) Pursuant to FAR 33.103(d)(4), agency protests may be filed directly with the appropriate Reviewing Authority; or, a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Deputy Director, Regional Contracting Department (Code 200A), Fleet and Industrial Supply Center Pearl Harbor at 1942 Gaffney Street, Suite 100, Pearl Harbor HI 96861-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e., the "Contracting Officer" or "Reviewing Official". (d) Offerors should note this review of the Contracting Officer's decision will not extend GAO's timeliness requirements. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. FAR 52.215-18, Facsimile Proposals, allows faxing of proposals to either of the following numbers (808) 471-5750 or (808) 474-3524. Proposals must indicate solicitation number and must be received no later than 4:00 p.m. Hawaiian Standard Time, 16 May 2001, at Fleet and Industrial Supply Center, Regional Contracting Department (Code 203A.VN), 1942 Gaffney St Ste 100, Pearl Harbor, HI 96860-4549.
- Record
- Loren Data Corp. 20010510/56SOL002.HTM (W-128 SN50L5R8)
| 56 - Construction and Building Materials Index
|
Issue Index |
Created on May 8, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|