SOLICITATION NOTICE
56 -- Coarse Aggregate 200 lb Limestone Riprap & Granular Material (LMV), Class 4, Group B (Clay Gravel)
- Notice Date
- 5/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- R4 Contracting and Grant Services Division U.S. Fish and Wildlife Services 1875 Century Blvd.Suite 310 Atlanta GA 30345
- ZIP Code
- 30345
- Solicitation Number
- F11PS00671
- Response Due
- 5/17/2011
- Archive Date
- 5/11/2012
- Point of Contact
- Jamese N. Promise Contract Specialist 4046794055 Jamese_Promise@fws.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- I. 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. II. The solicitation number for this request is F11PS00670 and the solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC 2005-51, effective May 2, 2011). III. This procurement is being issued as a small business set aside. The small business size standard for NAICS code 212312 is 500 employees or less. The anticipated award will be a Firm-Fixed Price (FFP)-type contract. Offerors must submit quotes on the full quantity identified. Award shall be made to one or more offerors. The Contracting Officer reserves the right to make no award under this procedure. IV. There is no SF 1449 available for submitting quote. Quotes shall be submitted in writing. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on companys' letterhead, formal quote form, etc.) but must include the following information: a. Company's name, point of contact, address, phone number, fax number, and email address; b. Solicitation number; c. Item Description/Specification (Descriptive literature if applicable); d. Discounts for prompt payment if applicable; e. Cage code, DUNS number, and taxpayer ID number; f. Offerors shall submit price and delivery information for all items. Price(s) should be FOB Destination. g. A list of three (3) past performance references for a similar purchase including name/point of contact, address, phone number, and Email address; h. A statement confirming that your company is registered in ORCA or a copy of your company`s Representations and Certifications completely filled out. ANY QUOTES NOT RECEIVED BY THE DUE DATE AND TIME SPECIFIED IN THIS ANNOUNCEMENT WILL BE REJECTED. ADDITIONALLY, ANY INCOMPLETE QUOTE NOT CONTAINING THE REQUIRED INFORMATION AS STATED IN THIS COMBINED SYNOPIS/SOLICITATION WILL ALSO BE REJECTED. NOTE: The final quoted price(s), both total and individual, MUST include all applicable taxes, shipping & handling, fees, gratuities, commissions, service charges, etc. THE FEDERAL GOVERNMENT IS TAX EXEMPT. V. The requirements/specifications and Contract Line Item Numbers (CLINs) for this request for quote are listed at the end of this solicitation. Please email Ms. Jamese Promise at jamese_promise@fws.gov for a copy of local site maps. VI. CCR & ORCA Registration - A prospective awardee shall be registered in the Central Contractor Registration (CCR) database prior to award. Information on registration may be obtained via the Internet at: http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. It also required that any contractor doing business with the government under contract is required by to be registered in ORCA. All vendors must complete the electronic version of the Online Representations and Certifications (ORCA) at: http://www.bpn.gov and clicking on the Online Reps and Certs Application. VII. Contractors are cautioned that a warranted contracting officer is the only authorized Government representative to make any contractual changes once an award is made. VIII. PROVISIONS/CLAUSES: The full text of any solicitation provision or clauses referenced herein may be accessed electronically at http://acquisition.gov/far/ or http://farsite.hill.af.mil/vffara.htm. The following FAR provisions and clauses apply to this solicitation and/or purchase order contract: a. 52.212-1 Instructions to Offerors--Commercial Items b. 52.212-2 Evaluation--Commercial Items; The Government will award a contract 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 factors shall be used to evaluate offers: 1) Lowest Price 2) Technical Capability "Meeting or Exceeding the Requirement": Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated in the specifications. 3) Past Performance: Past Performance will be evaluated how the organization has performed on similar efforts in size and scope in the past. The Past Performance evaluation will include assessments of service, quality, and ability to meet schedule and provide timely remedies. The Government may consider any information submitted by the offeror or its references as well as any information obtained or maintained by the Government, including any files and Past Performance databases. Past Performance data shall be submitted in accordance with section (b)(10) of clause 52.212-1 included herein. If one quotation is better in terms of Past Performance and has the lower price, then it will be considered the best value. If one quotation is better in terms of Past Performance but has the higher price, then the Government will determine whether the differences in the non-price related factors are worth the difference in price. Accordingly, the Government reserves the right to issue an order to other than the lowest priced quote. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. Award decision will be made without discussions. Therefore, each offeror is encouraged to provide the Government with all of the information necessary to evaluate its quote under the evaluation factors stated above. Offerors that fail to submit all the information necessary to evaluate their quote with their initial quote bear the risk that their proposal will be rejected without discussions. c. 52.212-3 Offeror Representations and Certifications--Commercial Items, Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. d. 52.212-4 Contract Terms and Conditions--Commercial Items e. 52.212-5 Contract Terms and Condition Required To Implement Statutes Or Executive Orders--Commercial Items, The following clauses listed within FAR 52.212-5 are applicable: i. 52.222-50 Combating Trafficking in Persons ii. 52.233-3 Protest after award iii. 52.233-4 Applicable Law for Breach of Contract Chain iv. 52.219-6 Notice of Total Small Business Aside v. 52.219-28 Post Award Small Business Program Representation vi. 52.222-3 Convict Labor vii. 52.222.19 Child Labor-Cooperation with Authorities and Remedies viii. 52.222-21 Prohibition of Segregated Facilities ix. 52.222-26 Equal Opportunity x. 52.222-36 Affirmative Action for Workers with Disabilities xi. 52.223-18 Contractor Policy to Ban Text Messaging while Driving xii. 52.225-1 Buy American Act - Supplies xiii. 52.232-9 Terms for Financing of Purchases of Commercial Items xiv. 52.225-13 Restrictions on Certain Foreign Purchases xv. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration f. 52.211-06 Brand Name or Equal g. 52.214-21 Descriptive literature h. 52.247-34 F.O.B. Destination i. 52.252-02 Clauses Incorporated by reference IX. REQUIRED RESPONSE DATE: Quotes MUST be received by 10:00 A.M. Eastern Standard Time (EST) on May 17, 2011. Quotes are to be emailed to Ms. Jamese Promise, Contract Specialist, at jamese_promise@fws.gov or faxed to 404-679-4093. Questions concerning this solicitation should be addressed in writing to Ms. Jamese Promise, Contract Specialist, via email at the email address provided above. Any questions received telephonically will not be answered and you will be directed to submit your question in writing. X. The anticipated award date is May 19, 2011. Please do not request award status prior to this date. XI. DESCRIPTION OF REQUIREMENT/SPECIFICATIONS/SCOPE OF WORK (SOW): ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity- 400 Tons, Coarse Aggregate 200 lb Limestone Riprap, which shall meet or exceed the following salient characteristics listed in the SOW below: a. GENERAL: The Contractor shall provide all plant, labor, equipment, materials and supplies necessary to furnish and deliver 400 tons of 200 lb Riprap. All riprap shall be delivered by truck to the stockpile at the Morgan Brake NWR headquarters located in Holmes County, MS. The Contractor shall be prepared to make delivery of the riprap within 15 days after notification from the Contracting Officer or Contracting Officer's Representative with a last date for delivery of June 30, 2011. Drivers shall furnish certified scale tickets to USFWS personnel upon delivery of each load to the stockpile site. The USFWS will provide equipment and personnel to maintain the stockpile. The Contractor shall deliver the riprap at a rate of not less than 600 tons per day. The Contractor is responsible for obtaining any required hauling permits for use of county, state or other public roads. b. RIPRAP MATERIALS: All 200 lb Riprap shall meet the following requirements. Only quarried stone shall be used. All stone shall be durable material. Stone shall be of suitable quality to ensure performance in the structure and in the climate in which it is to be used. It shall be free from cracks, seams and other defects that would tend unduly to increase its deterioration from natural causes. The stone shall be clean and reasonably free from earth and dust and shall contain no refuse. Gradation shall conform to the below table. A maximum of 10 percent flat and elongated pieces will be acceptable. A flat and elongated piece of stone is defined as a stone with either the width or thickness of the piece being less than one-third of the length. TABLE 1 for Riprap 200 lb PERCENT LIGHTER BY WEIGHT 100 50 15 LIMITS OF STONE WEIGHT, LB. 200 - 80 80 - 40 40 - 10 c. MEASUREMENT: Measurements for all stone delivered will be performed by individual load weight measurement using certified scales. Weight tickets shall be provided to the USFWS representative upon each delivery. The contractor shall provide scale certification documentation prior to commencement of work. d. DELIVREY LOCATION: The Riprap shall be delivered to Morgan Brake NWR, 1562 Providence Road, Cruger, MS 38924. From I-55 take Hwy 12 west to Tchula, MS. In Tchula, MS stay on Hwy 49 North towards Greenwood, MS. Approximately 2.5 miles north of Tchula, MS turn east onto Providence Road (look for Scott Petroleum Station). Go approximately 1.5 miles and turn in double gates past refuge headquarters on the right. Stockpile site will be within viewing distance. Please email Ms. Jamese Promise at jamese_promise@fws.gov for a copy of the site map. Line Item 0002: Quantity - 3,750 Cu Yd, Granular Material (LVM), Class 4, Group B (Clay Gravel), which shall meet or exceed the following salient characteristics: a. GENERAL: The Contractor shall provide all plant, labor, equipment, materials and supplies necessary to furnish and deliver 3750 Cubic Yards of Granular Material (LVM), Class 4, Group B (Clay Gravel). All material shall be delivered by truck to the sites specified at the Hillside NWR located in Holmes County, MS. The Contractor shall be prepared to commence delivery of the material by July 15, 2011 and last date for delivery of July 30, 2011. The Contractor shall deliver the material at a rate of not less than 30 loads per day, maximum 50 loads. The Contractor is responsible for obtaining any required hauling permits for use of county, state or other public roads. b. GRANULAR MATERIAL: All gravel shall meet industry standards for Granular Material (LVM), Class 4, Group B (Clay Gravel). USFWS reserves the right to test any and all material upon delivery in order to determine whether or not the material meets industry standards. c. MEASUREMENT: Measurements for all material delivered will be performed by the individual load. Tickets shall be provided by the Contractor to the USFWS representative upon delivery to the site certifying the cubic yards of material contained in each load. The volume of material contained in each load will be checked, confirmed and accepted by USFWS personnel on site before dumping. Any discrepancy will resolved using standard measurements and volume calculations. Loads determined not to contain the stated volume of material will be sent back to the Contractor by USFWS personnel. d. DELIVERY LOCATION: The material shall be delivered to Hillside NWR, Holmes County, MS to the sites described below and shown on the map. Please email Ms. Jamese Promise at jamese_promise@fws.gov for a copy of the map. Site A (200 Cu Yds) - Turkey Point Parking Area (West) - located just north of the Yazoo/Holmes County line. Turn East onto abandoned county road (at Welcome to Holmes County sign) off of Hwy 49. Road dead ends into Site A. Site B (spot gravel, tailgate spread - amount to be determined upon delivery by USFWS personnel) - Turkey Point Road - Refuge road between Site A to Site D. Site C (tailgate spread entire length of trail) - Turkey Point Trail - spur trail to the north of Turkey Point Road. Site D (150 Cu Yards) - Turkey Point Parking Area (East) - located on the west side of Christmas Place Road where it intersects with Turkey Point Road (refuge road). Site E (150 Cu Yards) - New Parking Area - located north of Site D on west side of Christmas Place Road. Site F (50 Cu Yards) - Existing Parking Area - located north of Site E on west side of Christmas Place Road. Site G (150 Cu Yards at parking area, tailgate spread & spot gravel on road) - AP Slough Road Parking Area - located north of Site E on the west side of Christmas Place Road where it intersects with AP Slough Road (refuge road). Site H (50 Cu Yards at parking area, tailgate spread & spot gravel on trail) - Christmas Place Parking Area and Trail. Site I (Stockpile any remaining material) - Hillside NWR Headquarters - specific location to be determined by USFWS personnel. Note: Weather and road conditions may impact contractor's ability to deliver during specified time period. Any modifications or extensions to the delivery date shall be approved by the Contracting Officer and coordinated with the Contractor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F11PS00671/listing.html)
- Place of Performance
- Address: Morgan Brake National Wildlife Refuge & Hillside National Wildlife Refuge located in Holmes County, MS
- Zip Code: 39095
- Zip Code: 39095
- Record
- SN02446808-W 20110514/110512235051-9c1339f053ba11f41ca71d5f8d7020d1 (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 |