Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2004 FBO #0901
SOLICITATION NOTICE

56 -- D1 Gravel Road Surfacing Aggregate IDIQ

Notice Date
5/13/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
ARO - AKSO ALASKA SUPPORT OFFICE 240 West 5th Avenue, Room 114 ANCHORAGE AK 99501
 
ZIP Code
99501
 
Solicitation Number
Q9833040060
 
Response Due
6/11/2004
 
Archive Date
5/13/2005
 
Point of Contact
Gary A Haynes Contract Specialist 9076443312 gary_a_haynes@nps.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION D1 Gravel (Road Surfacing Aggregate). 1) This is a COMBINED SYNOPSIS/SOLICIATION for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. 2) Solicitation number assigned to this acquisition is Q9833040060 and is issued as a request for quotations. 3) The solicitation document, the Federal Acquisition Regulation (FAR) provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2001-22. 4) This acquisition is a 100% Small Business Set-Aside under NAICS Code 423320 and the size standard is 100 employees. 5) CONTRACT LINE ITEMS (CLINS) are as follows: CLIN 0001, D1 Gravel (Road Surfacing Aggregate), 3000 Cubic Yards (Delivered); CLIN 0002 (Option), D1 Gravel (Road Surfacing Aggregate), 17,000 Cubic Yards (Delivered); CLIN 0003 (Option), D1 Gravel (Road Surfacing Aggregate), 3000 Cubic Yards (to be picked up by NPS trucks on an as needed basis at the contractors designated facility). CLIN 0001: Unit Price: $__________ Extended Price: $__________ CLIN 0002: Unit Price: $__________ Extended Price: $__________ CLIN 0003: Unit Price: $__________ Extended Price: $__________ 6) Description/Specifications: Gravel shall meet the % retained gradation spec chart as follows: Gradation breakdown- Percent Passing Sieves Tyler -Sieve Size- Inches % Retained- NPS SPEC 1 1" 100% ? .7500" 70-100% 3/8 .3750" 50-80% #4 .1870" 35-65% #8 .0937" 20-50% #40 .0165" 8-30% #200 .0029" 0-6% CLIN 0001 will be FOB Destination to the Denali Park Airstrip at Mile 1.5 of the Park Road, Denali National Park and Preserve, Alaska not later than 15 July 2004; CLIN 0002 is the same delivery requirements as CLIN 0001, however, the government reserves the right to order between none and/or all of the quantity as stated; CLIN 0003 will be picked up by the NPS trucks at the contractors facility, however, the government reserves the right to order between none and/or all of the quantity as stated. The ordering period for Option CLINS 0002 & 0003 will be 15 July 2004 through 30 September 2004. 7) Contractors must review and comply with the FAR Provisions and/or Clauses that apply to this acquisition. FAR 52.204-6, DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER will apply to this acquisition; FAR 52.204-7, CENTRAL CONTRACTOR REGISTRATION will apply to this acquisition; FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS will apply to this acquisition; FAR 52.212-2, EVALUATION-COMMERCIAL ITEMS will apply to this acquisition. a) Total price will be used to evaluate the successful contractor (materially unbalanced line items will be evaluated for contract risk). The government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement to determine the lowest overall evaluated price/technically acceptable offer; b) Contractor's facility for CLIN 0003 must be within a 50-mile driving distance from Denali National Park & Preserve. The contractor's pit facility where the D1 will be available for pickup by the National Park Service employee(s) MUST be identified in the contractor's quote; c) Contractors will submit with their quote a "Gradation Analysis" verifying their product meets and/or exceeds the NPS GRADATION SPECIFICATIONS - THOSE CONTRACTORS FAILING TO DO SO WILL BE DEEMED NON-RESPONSIVE; d) The government will perform a pre-award survey of the successful contractor to determine if they are currently identified in the excluded parties list for doing business with the government. The government intends to award a contract without discussions with the potential contractors. FAR 52.202-1, DEFINITIONS contains a listing of terms and is an applicable provision to this acquisition; FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS must be completed and submitted with the contractor's offer. Representations & certifications can be found at http://www.arnet.gov/far; FAR 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS applies to this acquisition; under 52.212-5, the following applies to this acquisition: FAR 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT; FAR 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE; FAR 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS; FAR 52.219-14, LIMITATIONS ON SUBCONTRACTING; FAR 52.222-3, CONVICT LABOR; FAR 52.222-19, CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES; FAR 52.222-21, PROHIBITION OF SEGREGATED FACILITIES; FAR 52.222-26, EQUAL OPPORTUNITY; 52.222-35, EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS; FAR 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; FAR 52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS; FAR 52.225-1, BUY AMERICAN ACT-SUPPLIES; 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES; FAR 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION. 8) The following additional provisions and clauses also apply: FAR 52.216-18, ORDERING (orders can be placed by the government between the period 07/15/04 through 09/30/94); FAR 52.216-19, ORDERING LIMITATIONS (the base order as stated in CLIN 0001 will be 3000 cubic yards; the contractor will need to honor an order in any amount up to the maximum CLIN quantity as stated for CLINS 0002 & 0003); FAR 52.216-22, INDEFINITE QUANTITY (the contractor will be under no obligation to honor any order after 30 September 2004); FAR 52.217-7, OPTION FOR INCREASED QUANTITY-SEPARATELY PRICE LINE ITEM (the contracting officer will exercise the option by written notice in the form of a modification to the contractor within 3 calendar days before option is to be effective); FAR 52.233-3, PROTEST AFTER AWARD. Contractors are required to be registered in the Central Contract Registration (CCR) government system prior to award to be eligible for a government contract - the link can be found at http://www.ccr.gov/ 9) Quotations are due for this combined synopsis/solicitation on 11 June 2004 at 3:00pm Alaska Local Time and must be delivered (if submitting by courier, USPS, UPS, DHL or FedEx) to the National Park Service, Alaska Regional Office, Alaska Support Office, 240 West 5th Avenue, Anchorage, Alaska 99501, Attention: Gary A. Haynes, Contract Specialist. Facsimile quotations will be accepted if all required documentation is included. NO ORAL QUOTATIONS WILL BE ACCEPTED. Reference the quotation number (9833040060) on your documentation. Quotes must be signed, dated, and submitted on company letterhead including the company name, official point of contact name for the company, DUNS number, TIN Number, address, phone/fax number and email address. Point of Contact: Gary A. Haynes, Contract Specialist, Phone 907-644-3312, FAX 907-644-3802, email is Gary_A_Haynes@nps.gov Place of Performance: ADDRESS: Denali Park Airstrip at Mile 1.5 of the Park Road, Denali Park & Preserve, Alaska POSTAL CODE: 99755 COUNTRY: United States of America
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1425022)
 
Place of Performance
Address: Denali National Park Airstrip at Mile 1.5 of the Park Road, Denali Park & Preserve, Alaska
Zip Code: 99755
Country: USA
 
Record
SN00585641-W 20040515/040513212517 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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