Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2011 FBO #3455
SOLICITATION NOTICE

87 -- Topsoil

Notice Date
5/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W3FA1093A003
 
Archive Date
5/28/2011
 
Point of Contact
Nissi S Griffin, Phone: (907)552-7176, Robert Peters, Phone: 907-552-3969
 
E-Mail Address
nissi.griffin@elmendorf.af.mil, robert.n.peters@elmendorf.af.mil
(nissi.griffin@elmendorf.af.mil, robert.n.peters@elmendorf.af.mil)
 
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 solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for F1W3FA1093A003. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The associated NAICS code is 238910 with a size standard of $14M. This is a Total Small Business Set-Aside IAW FAR 6.203 The line item description is as follows: Qty 2,941 cubic yards, topsoil. Topsoil must meet the following required specifications. Description of topsoil is by volume: - 60% organics by volume (organics must be free of sticks, rocks, and any other objectionable materials) -20% sand by volume (sand shall pass through a #4 screen) -20% silt by volume (any sand materials passing a #100 screen) -Topsoil must have a ph factor of 5.5 to 6.5 -Soil must pass through an 8mm screen and be free of sticks, rocks, and any other debris -Samples from prospective vendors shall be made available to the Horizontal Repair Shop for verification of the required specifications. These samples shall be available for inspection upon request. -Delivery shall begin on 06 Jun 2011 and accumulate at 1,000 cubic yards no later than 17 Jun 2011, thereafter maintaining no less than a 1,000 cubic yard stockpile until the total quantity has been delivered. All topsoil shall be delivered no later than 15 Jul 2011. Delivery tickets shall be submitted to appropriate government representative. A government representative will be present for each delivery. Topsoil will be delivered to the 773 CES Gravel Pit area located at the east end of Runway 6 on JBER between 7:30 a.m. to 3:30 p.m., Monday through Friday. Vendors should be advised security conditions may change on JBER. All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation costs shall be included in the quote. Contractor shall submit their quote on company letterhead, delivery time, name, address, telephone number of the offeror, terms of any express warranty, unit price, and overall total price. End Item Description. PROVISIONS/CLAUSES: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 Instructions to Offerors- Commercial Items FAR 52.212-3 Offerors Representations and Certifications - Commercial Items FAR 52.212-3 ALT I Offerors Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.219-6 Notice of Total Small Business Set-Aside 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 FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-64 Preference for Privately Owned U.S. - Flag Commercial Vessels DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 Transportation of Supplies by Sea DFARS 252.247-7023 Alt III Transportation of Supplies by Sea PM 11-C-03 Release of Request for Proposals for Contracts Planned for the use of FY11 Operations & Maintenance (O&M) Funding. a.) "Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs." INSTRUCTIONS TO OFFERORS: All proposals must be faxed, mailed or emailed to POC: SrA Nissi Griffin, 10480 22nd Street, Suite 366, JBER, AK 99506, Phone (907) 552-7176, Fax (907) 552-7496, nissi.griffin@elmendorf.af.mil. All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Register, or renew registration, with the Online Representations and Certifications Application https://orca.bpn.gov/ as soon as possible, to expedite contract award. Wide Area Workflow https://wawf.eb.mil/ will be the method of submitting invoice after receipt of supplies or services. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (If applicable), Date offer expires, warranty, Line item unit price, and Total cost. Delivery shall begin on 06 Jun 2011 and accumulate at 1,000 cubic yards no later than 17 Jun 2011, thereafter maintaining no less than a 1,000 cubic yard stockpile until the total quantity has been delivered. All topsoil shall be delivered no later than 15 Jul 2011. Delivery tickets shall be submitted to appropriate government representative. A government representative will be present for each delivery. Topsoil will be delivered to the 773 CES Gravel Pit area located at the east end of Runway 6 on JBER between 7:30 a.m. to 3:30 p.m., Monday through Friday. Vendors should be advised security conditions may change on JBER. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror whose quote/offer represents the best value in terms of Lowest Price Technically Acceptable. Quotes must be signed, dated and submitted by 13 May 2011, 4:00 pm, Alaska Standard Time (AKST) to the 673d Contracting Squadron/LGCC, Attn: Nissi Griffin. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). POINTS OF CONTACT: SrA Nissi Griffin, Contract Administrator, Phone (907) 552-7176, Fax (907) 552-7496, nissi.griffin@elmendorf.af.mil Robert Peters, Contracting Officer, Commercial Phone (907) 552-5774, Fax (907) 552-7750 Robert.n.peters@elmendorf.af.mil Email your questions to SrA Nissi Griffin: nissi.griffin@elmendorf.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3FA1093A003/listing.html)
 
Record
SN02442703-W 20110511/110509234024-3677f1f033ee6c092dbf9a38bd71fe92 (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.