SOLICITATION NOTICE
F -- The United States Army Corps of Engineers, Elmendorf AFB, AK intends to solicit, negotiate and award a Firm Fixed Price Purchase Order for Geotechnical Investigation Replacement Family Housing, Fort Richardson, AK.
- Notice Date
- 1/19/2005
- Notice Type
- Solicitation Notice
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- US Army Corp of Engineers, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-05-T-0014
- Response Due
- 1/26/2005
- Archive Date
- 3/27/2005
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Army Corps of Engineers, Elmendorf AFB, AK intends to solicit, negotiate and award a Firm Fixed Price Purchase Order for Geotechnical Investigation Replacement Family Housing, Fort Richardson, Alaska. This is a combined synopsis/so licitation 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 so licitation will not be issued. Solicitation W911KB-05-T-0014 is issued as a Request for Quotation (RFQ). In accordance with FAR 19.502, this acquisition is a 100% set aside for small business. The North American Industry Classification System (NAICS) c ode for this acquisition is 238910 with a small business size standard for $12 Million. Please identify your business size in your response based upon this standard. The requirement is for the following: The contractor shall provide an experienced drill er and helper, materials, transportation and equipment to complete the following: Drill up to 75 test borings to depths of 15 and 25 feet and perform split spoon sampling in accordance with ASTM D1586, Penetration Test and Split-Barrel Sampling of Soils, except using a 2.5 inch inside diameter split-spoon sampler driven with a 340 pound hammer falling 30 inches. Borings shall be drilled with a track-mounted drill rig using 8-inch outside diameter, hollow stem auger. Boring locations have been selected w ith the intent of identifying the nature of materials and characteristics related to foundation design and construction. The Contractor shall be responsible for all necessary snow removal and chainsaw clearing to access drilling locations. The Contractor also shall be responsible for backfilling the borings with cuttings and sealing each with 50 lbs of bentonite chips. The project areas are shown on the attached Project Location and Vicinity Map, Figure 1, and the test boring locations are shown on Figur es 2 and 3. In the field, Corps personnel will collect samples and handle the split spoon sampler. This work is anticipated in the March timeframe. The notice to proceed will be coordinated with the Soils and Geology Section, Alaska District. The Contra ctor shall be able to start Fieldwork not more than 5 days after receipt of notice to proceed and to complete performance by 31 March 2005.. Award shall be based upon the lowest total bid for the following items: Mobilization/Demolization - 1 job @ $____ ________; Drilling - 1,875 linear ft @ $_____________ per ln ft for a total price of $ __________; 450 each Split Spoon Sampling - 450 each @ $________ for a total price of $__________; 16 hrs Front End Loader (snow clearing) - 16 hrs @ $_________ per hr f or a total price of $_____________; and 24 hours Chain Saw Clearing (2-man crew) - 24 hrs @ $__________ for a total price of $______________. Total purchase order price is $________________. Delivery: FOB destination to Fort Richardson, Alaska. The sol icitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. Federal Acquisition Regulation (FAR) Clause 52.212-1 - Instruction to Offerors - Commercial Items (JAN 2005) applies to this acqui sition. This clause as well as other FAR clauses and provisions can be viewed at the following websites: http://deskbook.dau.mil/htmlfiles/DBY_far.asp, http://www.arnet.gov/far/; http://farsite.hill.af.mill. FAR 52.212-2 - Evaluation - Commercial Items (JAN 1999) applies to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement. The Governmen t reserves the right to make award on the initial quote received without discussions. Wage Determination No. 94-2018 REV (27) applies to this solicitation. Each offeror shall include a completed copy of the provision; 52.212-3 - Offeror Representations a nd Certification - Commercial Items (JAN 2005), Alternate I with the offer. The following provisions and clauses also apply: FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (OCT 2003), FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (JAN 2005) 52.204-7 Central Contractor Registration (OCT 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUN 2004); 52.222-21, Prohibition of Segregated Facilities (Feb 1 999); 52.222-22 Previous Contracts and Compliance Reports (FEB 1999); 52.222-26, Equal Opportunity (APR 2002); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era, and other Eligible Veterans (DEC 2001); 52.222-36, Affirma tive Action for Workers with Disabilities (JUN 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.225-13, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) The following provisions and clauses also apply: 252.204-7004 Required Central Contractor Registration (Nov 2003); 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Jul 2002) appl ies to this acquisition with only the following DFARS clauses in paragraph (b) are applicable: 252.225-7001, Buy American Act and Balance of Payments Program (MAR 1998);252.225-7036, Buy American Act--North American Free Trade Agreement Implementation Act- -Balance of Payments Program (MAR 1998); 252.232-7003, Electronic Submission of Payment Requests (MAR 2003). Quotes must be signed, dated, and submitted on company letterhead. Quotes are due NO LATER THAN 25 JAN 2005, (4:30 PM Alaska Time). Send quotatio ns to: US Army Engineer District, Alaska, Attn: Sharon A. Skelton, P.O. Box 6898, Elmendorf AFB, Alaska 99506-6898. In addition quotations may be emailed to: Sharon.a.skelton@usace.army.mil or submitted via fax at 907-753-2544. Contact Sharon A. Skelt on, at 907-753-2525 for additional information regarding this solicitation. For a copy of maps and drawings contact Sharon A. Skelton. Representations and Certifications are on the ORCA website. If your company uses this site please provide this office your Duns Number so we may retrieve your information.
- Place of Performance
- Address: US Army Corp of Engineers, Alaska CEPOA-CT-CM, P. O. Box 6898, Elmendorf AFB AK
- Zip Code: 99506-6898
- Country: US
- Zip Code: 99506-6898
- Record
- SN00736958-W 20050121/050119211928 (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 |