Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 14, 2001 PSA #2850
SOLICITATIONS

56 -- GA S/B CRUSHED STONE AGGREGATE (CR-6)

Notice Date
May 10, 2001
Contracting Office
USDA, ARS, FMOD, BA, Contracting Section, Bldg. 003, Rm. 329, 10300 Baltimore Ave., Beltsville, Maryland 20705-2350
ZIP Code
20705-2350
Solicitation Number
08-3K47-01
Response Due
July 6, 2001
Point of Contact
Karen Chapman, Contract Specialist, (301) 504-5073
E-Mail Address
click here to contact the contract specialist via (chapmank@ba.ars.usda.gov)
Description
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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 08-3K47-01 and is issued as a request for quotation (RFQ) and a total small business set-aside. Offers are solicited only from small business concerns. This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 97-25. The North American Industry Classification System (NAICS) code is 421320, with a small business standard of 500 employees. The USDA, Agricultural Research Service intends to award a firm-fixed-price, indefinite-delivery, indefinite-quantity (IDIQ) contract for GA-S/B crushed stone aggregate (CR-6) at various project sites within the Beltsville Agricultural Research Center in Beltsville, Maryland. The contract period shall be for one base year plus four one year options. The GA-S/B crushed stone aggregate (CR-6) must meet the requirements of the Maryland State Highway Administration, Standard Specifications for Construction and Materials. [Table 901A Aggregate Grading Requirements and Table 901B Aggregate Physical Property Requirements are the specifications available from Maryland State Highway Administration] The Government cannot determine in advance the exact amount of GA S/B crushed stone aggregate (CR-6) that will be required during the contract period, however, the following quantities apply: Minimum quantity for each year is 1,000 tons. Maximum quantity for each year is 3,000 tons. Estimated quantity for each year is 2,000 tons. This in no way obligates the Government to purchase the estimated quantities nor does it limit the government to the estimated quantities. Estimated quantities are provided to give offerors a better understanding of the size of the requirement and also to evaluate prices. Line items are as follows: Item 01-Base year for the period October 01, 2001 through September 30, 2002. Item 02-Option year one for the period October 01, 2002 through September 30, 2003. Item 03-Option year two for the period October 01, 2003 through September 30, 2004. Item 04-Option year three for the period October 01, 2004 through September 30, 2005. Item 05-Option year four for the period October 01, 2005 through September 30, 2006. Each line item/year is for an estimated quantity of 2,000 tons. All responsible sources must quote on all items in the quantities stated to be considered responsive. The report site for deliveries is Building 301 and the delivery site is at Building 454. Deliveries shall be made during normal business hours of 7:00 a.m. through 3:00 p.m. on Monday through Friday, excluding Federal holidays. The contractor shall make deliveries only when requested by the Government. The contractor shall deliver within three calendar days after receipt of a telephone or written order, unless otherwise agreed upon at the time the order is placed. Orders will be placed by any of the following contact persons, or other authorized representative, as designated in writing. (Ben Benedict, Brad Greene, Paul Brocht) This solicitation incorporates the following FAR clauses, provisions and addendums: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.212-4 Contract Terms and Conditions -- Commercial Items; 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items; 52.216-18 Ordering; 52.216-19 Order Limitations; 52.216-22 Indefinite Quantity; 52.217-5 Evaluation of Options; 52.217-9 Option to Extend the Term of the Contract; 52.219-6 Notice of Total Small Business Set-Aside; 52.232-18 Availability of Funds; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.247-34 F.o.b. Destination. In paragraph (b) of 52.212-5 the following apply: 52.203-6, 52.219-8, 52.219-14, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, and 52.232-34. 52.222-70 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION)(USDA). (a) The offeror represents that, if it is subject to the reporting requirements of 38 U.S.C. 4212(d) (i.e., the VETS-100 report required by FAR clause 52.222-37, Employment Reports on Disabled Veterans and Veterans of theVietnam Era), it has [ ], has not [ ], submitted the most recent report required by 38 U.S.C. 4212(d). (b) An offeror who checks "has not" may not be awarded a contract until the required report is filed. CONTRACT PAYMENTS (MANDATORY INFORMATION FOR ELECTRONIC FUNDS TRANSFER) Electronic Funds Transfer compliance with 31 CFR 208. To facilitate EFT for contract payments, FAR clauses 52.232-34 and 52.232-35 (31 CFR Part 208) requires the submission of information by the contractor to the payment office. Upon award, the contractor shall contact the Miscellaneous Payments Section at the National Finance Center (NFC) to initiate the enrollment process of the Vendor Express Program (VXP), which will result in a number being assigned to the contractor for payment under EFT. NFC can be reached at 1-800-421-0323 or at www.nfc.usda.gov. 52.216-18 -- Ordering (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from October 01, 2001 through the end of the base year plus option years if the options are exercised. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 -- Order Limitations (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 40 tons, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 300 tons; (2) Any order for a combination of items in excess of 300 tons; or (3) A series of orders from the same ordering office within five days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within seven days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22 -- Indefinite Quantity (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after expiration of the contract. All offerors must include completed copies of 52.212-3 (Offeror Representations and Certifications), 52.222-70 (Compliance with Veterans Employment Reporting Requirements). Included in paragraph (a) of 52.212-2, the following factors shall be used to evaluate offers: (i) technical capability of the item(s) offered to meet the Government requirement; (ii) price; and (iii) past performance. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The total duration of contract, including the exercise of any options under FAR 52.217-9, shall not exceed 5 years. Fax quotations are acceptable to Karen Chapman (301)504-5009 on or before July 6, 2001 at 4:30 p.m. (EST).*****
Web Link
click here to download a copy of the RFQ (http://www.fedbizopps.gov)
Record
Loren Data Corp. 20010514/56SOL001.HTM (W-130 SN50L7Z7)

56 - Construction and Building Materials Index  |  Issue Index |
Created on May 10, 2001 by Loren Data Corp. -- info@ld.com