SOLICITATION NOTICE
P -- Concrete Grinding
- Notice Date
- 6/13/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 ? & Indiana Streets, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W91248-07-Q-0062
- Response Due
- 6/29/2007
- Archive Date
- 8/28/2007
- Small Business Set-Aside
- Total Small Business
- Description
- Restrictions: 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 solicita tion; quotes are being requested and a written solicitation will not be issued. Solicitation Number W91248-07-Q-0062 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-17, dated 15 May 2007. NAICS is 562219; business size is $11.5M; acquisition is 100% setaside for Small Business Concerns. Description of Services: Base Year, Line Item 0001, Plant Operation to Shred/Grind Demolished and Reinforced Concrete Construction Debris into Various and Sorted Aggregate Sizes to Include DGA, 2 and 6 aggregate. Minimum quantity of 15,000 Tons To Be Shredded/Grinded, 40,000, TN - This is a Requirements Line Item and Will be Ordered by the Governmen t As Needed.; Line Item 0002 - Plant Operation to Shred/Grind Demolished and Reinforced Concrete Construction Debris into Various and Sorted Aggregate Sizes to Include DGA, 2 and 6 aggregate. Minimum quantity between 7,000 to 15,000 Tons To Be Shredded/G rinded, 20,000, TN - This is a Requirements Line Item and Will be Ordered by the Government As Needed; Line Item 0003, Transportation of Shredded Ground Product (Aggregate) from Plant to Designated Area on Fort Campbell, Kentucky, 10,000, Ton-Mile -This is a Requirements Line Item and Will be Ordered by the Government As Needed. First Option Period, Line Item 1001, Plant Operation to Shred/Grind Demolished and Reinforced Concrete Construction Debris into Various and Sorted Aggregate Sizes to Include DGA, 2 and 6 aggregate. Minimum quantity of 15,000 Tons To Be Shredded/Grinded, 40,000, TN - This is a Requirements Line Item and Will be Ordered by the Government As Needed.; Line Item 1002 - Plant Operation to Shred/Grind Demolished and Reinforced Concrete C onstruction Debris into Various and Sorted Aggregate Sizes to Include DGA, 2 and 6 aggregate. Minimum quantity between 7,000 to 15,000 Tons To Be Shredded/Grinded, 20,000, TN - This is a Requirements Line Item and Will be Ordered by the Government As Nee ded; Line Item 1003, Transportation of Shredded Ground Product (Aggregate) from Plant to Designated Area on Fort Campbell, Kentucky, 10,000, Ton-Mile -This is a Requirements Line Item and Will be Ordered by the Government As Needed. Second Option Period, Line Item 2001, Plant Operation to Shred/Grind Demolished and Reinforced Concrete Construction Debris into Various and Sorted Aggregate Sizes to Include DGA, 2 and 6 aggregate. Minimum quantity of 15,000 Tons To Be Shredded/Grinded, 40,000, TN This is a Requirements Line Item and Will be Ordered by the Government As Needed.; Line Item 2002 - Plant Operation to Shred/Grind Demolished and Reinforced Concrete Construction Debris into Various and Sorted Aggregate Sizes to Include DGA, 2 and 6 aggregate. M inimum quantity between 7,000 to 15,000 Tons To Be Shredded/Grinded, 20,000, TN - This is a Requirements Line Item and Will be Ordered by the Government As Needed; Line Item 2003, Transportation of Shredded Ground Product (Aggregate) from Plant to Designat ed Area on Fort Campbell, Kentucky, 10,000, Ton-Mile -This is a Requirements Line Item and Will be Ordered by the Government As Needed. Third Option Period, Line Item 3001, Plant Operation to Shred/Grind Demolished and Reinforced Concrete Construction Debr is into Various and Sorted Aggregate Sizes to Include DGA, 2 and 6 aggregate. Minimum quantity of 15,000 Tons To Be Shredded/Grinded, 40,000, TN This is a Requirements Line Item and Will be Ordered by the Government As Needed.; Line Item 3002 - Plant Operation to Shred/Grind Demolished and Reinforced Concrete Construction Debris into Various and Sorted Aggregate Sizes to Include DGA, 2 and 6 aggr egate. Mi nimum quantity between 7,000 to 15,000 Tons To Be Shredded/Grinded, 20,000, TN - This is a Requirements Line Item and Will be Ordered by the Government As Needed; Line Item 3003, Transportation of Shredded Ground Product (Aggregate) from Plant to Designated Area on Fort Campbell, Kentucky, 10,000, Ton-Mile -This is a Requirements Line Item and Will be Ordered by the Government As Needed. Fourth Option Period, Line Item 4001, Plant Operation to Shred /Grind Demolished and Reinforced Concrete Construction Debris into Various and Sorted Aggregate Sizes to Include DGA, 2 and 6 aggregate. Minimum quantity of 15,000 Tons To Be Shredded/Grinded, 40,000, TN This is a Requirements Line Item and Will be Ordered by the Government As Needed.; Line Item 4002 - Plant Operation to Shred/Grind Demolished and Reinforced Concrete Construction Debris into Various and Sorted Aggregate Sizes to Include DGA, 2 and 6 aggregate. Minimum quantity between 7,000 to 15,000 Tons To Be Shredded/Grinded, 20,000, TN - This is a Requirements Line Item and Will be Ordered by the Government As Needed; Line Item 4003 , Transportation of Shredded Ground Product (Aggregate) from Plant to Designated Area on Fort Campbell, Kentucky, 10,000, Ton-Mile -This is a Requirements Line Item and Will be Ordered by the Government As Needed. A single award will be made to the offeror that submits the l owest overall price for the Base Year and Four Option Periods. The proposed Period of Performance for the Base Year for any resulting contract will be for 12 Months; exact dates will be cited upon contract award. All options periods will be for twelve mo nths as well. Offers are due not later than 29 June 2007, 2:00 PM CST. Complete Statement of Work, Wage Decision, and associated documents can be downloaded at doc.campbell.army.mil under subject Solicitation number. All responsible concerns may submit a quote that will be considered by this agency. The following provisions and clauses are applicable to this acquisition: 52.212-1, Instructions to Offerors Commercial (Jan 2005); 52.212-4 Paragraph c of this contract clause is modified to change the p eriod for acceptance of offers from 30 days to 90 days. Contract Terms and Conditions Commercial Items (Oct 2003); 52.212-5, Contract Term and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jun 2006), the following app ly under this clause: 52.203-6, Restrictions on Subcontractor Sales to the Government (Oct 1995); 52.211-16, Variation in Quantity (Apr 1994) with fill-in as: 10% Percent increase; 10% Percent decrease, increases/decreases applies to line item 0001 and 0 002 and its subsequent line items. 52.219-6, Notice of Total Small Business Setaside (June 2003); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.219-14, Limitations on Subcontracting (Dec 1996); 52.222-3, Convict Labor (June 2003); 52.222 -21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36, Affirmative Action f or Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.225-3, Buy American Act Free Trade Agreements Israeli Trade Act (June 2006); 5 2.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003); 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) fill-in for the clause is Laborer, $11.20 per hour plus fringe benefits; 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts ) (Nov 2006); 52.212-5, Contrac t Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (Jan 2005) (DEVIATION); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Jan 2005); 252.212-7001, the following app ly under this clause: 52.203-3, Gratuities (APR 1984); 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991); 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005); 252.225-7012, Preference for Certain Dom estic Commodities (JAN 2007); 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (OCT 2006), 252.232-7003, Electronic Submission of Payment Requests (MAR 2007); 252.247-7023, Transportation of Supplies by Sea (MAY 2002)l 252 .247-7024; Notification of Transportation of Supplies by Sea (Mar 2000). Other applicable clauses: 52.216-18, Ordering (Oct 1995) with exact period of performance to cited upon contract award, 52.216-19, Order Limitations (Oct 1995) with a minimum order of 7,000 tons, maximum order of 40,000.00 tons, and series of order exceeding the 40,000.00 tons within 6 months, 52.216-21, Requirements (Oct 1995), 52.217-8, Option to Extend Services (Nov 1999), 52.228-5, Insurance Work on an Government Installation (O ct 1995), 252.232-7007, Limitation of Governments Obligation (Aug 1993) fill-in to be completed upon contract award; 252.232.7010, Levies on Contract Payment (Dec 2006). A completed copy of the provisions at 52.212-3, Offeror Representations and Certifica tion Commercial Items and 252.212-7000, Offeror Representation and Certification Commercial Items (Nov 1995) shall be submitted with the quotation. Facsimile quotations are acceptable at (270) 798-3987; mailing address is Directorate of Contracting, 1 3 ? Street, Building 2176, Fort Campbell, Kentucky, ATTN: Angela Jacobs. All contractors must be registered in the Department of Defense Contractor Registration (CCR) database prior to any contract award. Any questions concerning this acquisition can be directed to Angela Jacobs (270) 798-0380; angela.jacobs@us.army.mil
- Place of Performance
- Address: ACA, Fort Campbell Directorate of Contracting, Building 2176, 13 1/2 & Indiana Streets Fort Campbell KY
- Zip Code: 42223-5334
- Country: US
- Zip Code: 42223-5334
- Record
- SN01317844-W 20070615/070613221325 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |