Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2004 FBO #1024
SOLICITATION NOTICE

Z -- Micro-Surfacing of asphalt parking areas and roadway surfaces for the Florida National Guard

Notice Date
9/13/2004
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-04-T-0003
 
Response Due
9/24/2004
 
Archive Date
11/23/2004
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for construction 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. This solicitation is unrestricted and open to all eligible offerors. The anticipated magnitude of a resultant contract is between $25k and $100k. A Firm-Fixed price contract is contemplated . Instructions, Conditions and Notices to Offerors: The following provisions are applicable to this solicitation: 52.211-03 Availability of Specifications Not Listed in the GSA Index of Federal Specifications, Standards, and Commercial Item Descriptions ; 52.215-1 Instructions to OfferorsCompetitive Acquisition; 52.215-05 Facsimile Proposals; 52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction; 52.225-10 Alt I Notice of Buy American Act  Constru ction Materials; 52.236-27 Alt I Site Visit (Construction); 52.236-28 Preparation of Proposals  Construction; 52.252-01 Solicitation Provisions Incorporated by Reference (https://farsite.hill.af.mil); 252.211-7002 Availability for Examination of Specifica tions, Standards, plans, Drawings, Data Item Descriptions, and Other Pertinent Documents. Specifications, drawings and pertinent documents are available by contacting the POC listed on this Solicitation and will be available at the organized site visit. A site visit will be conducted on September 16, 2004 at 1:00PM EDT at 202nd Red Horse, Camp Blanding Joint Training Site, Starke, Fl. Contact the POC of this solicitation to confirm attendance prior to the day of site visit. Individual site visits may be arranged by contacting Dennis Mineweaser, 904-741-7733. Goal for female participation is 6.9%, minority goal is 21.8%. Statement of Work: The contractor will furnish all plant, material, labor and supervision necessary to coat asphalt surfaces and strip e traffic lines on the bituminous surfaces as identified in the drawings. The work will include but is not limited to the preparation of the bituminous surfaces and the application of a wearing surface using a micro-surfacing process on roads and parking lots. The Contractor shall perform all work in accordance with all Federal, State and Local requirements. Line items: CLIN 0001-Primary areas, 49149.84 SY; CLIN 002-Option, Secondary areas, 3541.42 SY. Representations and Certifications: The following provisions are incorporated: 52.219-11 Alt. I Small Business Program Representations (Alternate I); 52.222-22 Previous Contracts and Compliance Reports. Offerors will complete and return 52.219-1 Alt. I with their quote. NAICS 238990 size standard $12,00 0,000. Contract Clauses: 52.204-7 Central Contractor Registration; 52.209-06 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.211-10 Commencement, Prosecution and Completion of W ork; 52.222-03 Convict Labor; 52.222-06 Davis Bacon Act; 52.222-07 Withholding of Funds; 52.222-08 Payrolls and Basic Records; 52.222-09 Apprentices and Trainees; 52.222-10 Compliance with Copeland Act Requirements; 52.222-11 Subcontracts (Labor Standards; 52.222-12 Contract Termination  Debarment; 52.222-13 Compliance with Davis-Bacon and Related Act Regulations (General Decision Number FL030038 06/13/2003); 52.222-14 Disputes Concerning Labor Standards; 52.222-15 Certification of Eligibility; 52.222-21 P rohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-27 Affirmative Action Compliance Requirements for Construction; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52 .222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Elig ible Veterans; 52.223-06 Drug-Free Workplace; 52.228-13 Alternative Payment Protections; 52.232-05 Payments Under Fixed-Price Construction Contracts; 52.232-27 Prompt Payment for Construction Contracts; 52.232-33 Payment by Electronic Funds Transfer  Cent ral Contractor Registration; 52.232-36 Payment by Third Party; 52.233-01 Disputes; 52.233-03 Protest After Award; 52.236-02 Differing Site Conditions; 52.236-03 Site Investigation and conditions Affecting the Work; 52.236-05 Material and Workmanship; 52.23 6-06 Superintendence by the Contractor; 52.236-07 Permits and Responsibilities; 52.236-08 Other Contracts; 52.236-09 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements; 52.236-10 Operations and Storage areas; 52.236-12 Cl eaning Up; 52.236-13 Accident prevention; 52.236-21 Specifications and Drawings for Construction; 52.236-26 Preconstruction Conference; 52.242-14 Suspension of Work; 52.243-04 Changes; 52.243-05 changes and changed conditions; 52.246-12 Inspection of Const ruction; Clauses incorporated by reference viewed at http://farsite.hill.af.mil 252.201-7000 Contracting Officer's Representative; 252.204-7004 Alt A CCR; 252.243-7001 Pricing of contract modifications. Basis of Award: Award will be made to the offeror providing the best value to the government based on price and past performance. Evaluation of offers will follow simplified acquisition procedures found in Federal Acquisition Regulation part 13 and will be inclusive of options. Offer will be lump sum wi th square yard unit price indicated for variation of quantity in accordance with 52.211-18 Variation in Estimated Quantity, that allows 15% increase/decrease variation. Offerors must submit relevant past performance information from the past two years tha t indicates competency in Micro-surfacing. Provide contract magnitude and point of contact information.
 
Place of Performance
Address: USPFO for Florida 189 Marine Street, St. Augustine FL
Zip Code: 32085-1008
Country: US
 
Record
SN00671320-W 20040915/040913212325 (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.