Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2008 FBO #2552
SOLICITATION NOTICE

56 -- 12000 Cubic yards of Pit run.4800 Cubic yards (-) Road Mix

Notice Date
11/19/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212321 — Construction Sand and Gravel Mining
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Idaho, USPFO for Idaho, 3489 West Harvard Street, Boise, ID 83705-6512
 
ZIP Code
83705-6512
 
Solicitation Number
W912J709T0002
 
Response Due
12/1/2008
 
Archive Date
1/30/2009
 
Point of Contact
Tammie Hauger, 208-272-4603<br />
 
Small Business Set-Aside
Total Small Business
 
Description
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 solicitation; proposals are being requested and a written solicitation will not be issued. This Combined Synopsis/Solicitation is issued as a request for quotation (RFQ) W912J7-09-T-0002. This Combined Synopsis/Solicitation and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2005-27. This acquisition is a Small Business Set-aside, Size standards 500 Employees. The applicable NAICS is 212321. The items requested are as follows: ITEM NUMBER 1: 12000 Cubic yards of Pit run. ITEM NUMBER 2: 4800 Cubic yards (-) Road Mix Delivery is to Gowen Field, Orchard Training Area, 33400 S. Orchard Access RD Boise, Idaho 83706 plus twenty five miles. The following clauses and/or provision apply to the acquisition: The 52.204-7 Central Contractor Registration. 52.209-6, Protecting the Government's interest when subcontracting with contractors debarred, suspended, or proposed for debarment, The 52.212-1, Instructions to Offerors, Commercial, 52.212-2 -- Evaluation -- Commercial Items Offers will be evaluated using the following evaluation factors, technically acceptable, price and delivery time. Technical and past performances, when combined, are significantly less important than cost or price. The contract will be awarded to the offeror that provides the best value to the government. All offers must include a completed copy of the provision at 52.212-3 ALT 1, Offeror Representations and Certifications, The clause at 52.212-4, Contract terms and Conditions Commercial Items, 52.219-1, Small Business Program Representations. All offers must include a completed copy of this provision. 252.204-7004 Central Contractor Registration (52.204-7) Alternate A, 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.204-7006 Billing instructions 252.212-7000, Offeror Representations and CertificationsCommercial Items, 252.212-7001, Contract Terms and Conditions. Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following additional clause(s) cited in this clause are also applicable: 252.225-7000, Buy American ActBalance of Payments Program Certificate, 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7002, Qualifying country sources as subcontractors. 252.232-7010 Levies on contract payments, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023, Transportation of Supplies by Sea, 252.243-7001, Pricing of contract modification, 252.243-7002, Requests for Equitable Adjustment, 52.247-34, F.O.B. Destination, The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items applies to this acquisition. The following additional clauses cited in this clause are also applicable: 52.203-6 ALT I, Restrictions on Subcontractor Sales to the Government, 52.219-6 Notice of Small Business Set-Aside, 52.219-8, Utilization of Small Business Concerns, 52.219-14, Limitations on Subcontracting, 52.219-28, Post-Award Small Business Program Rerepresentation, 52.222-3 Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of segregated Facilities, 52.222-26, Equal Opportunity, 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 Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). 52.225-3 Buy American Act-north Free Trade Agreement Supplies, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration,52.252-2 Clauses Incorporated by Reference: the full text of clauses and provisions can be accessed at the following web address: http://www.arnet.gov/far. Oral quotations will not be accepted. The deadline for receipt of this combined synopsis/solicitation is 1:00 pm on 1 Dec 2008 at USPFO for Idaho Contracting Office ATTN: Tammie Hauger, 3489 West Harvard St, Boise, Idaho 83705. tammie.hauger@us.amry.mil Point of Contact(s): Tammie Hauger, (208) 272-4603 FAX 208-272-4632 or Jerry M. Deweerd (208)-272-4600
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fea885e8c3e212c089511bc01f8ea1a1&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Idaho 3489 West Harvard Street, Boise ID<br />
Zip Code: 83705-6512<br />
 
Record
SN01707387-W 20081121/081119215812-fea885e8c3e212c089511bc01f8ea1a1 (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 |
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.