Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2012 FBO #4002
SOLICITATION NOTICE

56 -- Delivery of Hot Mix Asphalt

Notice Date
11/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324121 — Asphalt Paving Mixture and Block Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024413T0017
 
Response Due
11/19/2012
 
Archive Date
12/4/2012
 
Point of Contact
Rachel.McFarland@navy.mil 562-626-7319
 
E-Mail Address
click here to contact contract specialist
(Rachel.McFarland@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-13-T-0017. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-61 and DFARS Change Notice 20120906. It is the contractor ™s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS Code is 324121. The NAVSUP Fleet Logistics Center San Diego, Seal Beach Division, intends to solicit for the following Asphalt Mixture for an Asphalt Mixture Course for the following schedules: Item 0001: 200 Tons Hot Mix Asphalt Option Item 0002: 200 Tons Hot Mix Asphalt Option Item 0003: 200 Tons Hot Mix Asphalt Option Item 0004: 200 Tons Hot Mix Asphalt Option Item 0005: 200 Tons Hot Mix Asphalt Option Item 0006: 200 Tons Hot Mix Asphalt Option Item 0007: 200 Tons Hot Mix Asphalt Option Item 0008: 200 Tons Hot Mix Asphalt Option Item 0009: 200 Tons Hot Mix Asphalt Option Item 0010: 200 Tons Hot Mix Asphalt GOVERNMENT INTENDS TO PLACE ALL ORDERS WITH A MINIMUM OF 200 TONS ALL ORDERS TO BE DELIVERED: Require that contractor-owned vehicles deliver approximately 2000 tons of hot mix asphalt. NCTC personnel will meet the contractor ™s truck at the Victoria Gate. to direct them to the various work sites. NCTC will provide 48 hours advance notice for required materials and it will be expected that the contractor deliver within one hour of requested time. Placement will normally begin at 8:30 A.M. and continue until job is complete (no later than 3:00PM) and/or requested amount of asphalt has been delivered. Plant should provide continuous flow of asphalt from a silo and exclude pre-made asphalt. NCTC will not accept nor pay for any asphalt batched prior to the morning of the delivery request. Hot Mix Asphalt will be at the correct temperature at delivery point, 280 degrees with an optimum temperature of 300 degrees. LOCATION: Naval Construction Training Center 363 White House Way Port Hueneme, CA 93043 DELIVERY DATES: ITEM 0001-First Delivery on 03 December 2012 OPTION Item 0002: On Or About 7 March 2013 OPTION Item 0003: On Or About 23 April 2013 OPTION Item 0004: On Or About 19 July 2013 OPTION Item 0005: On Or About 24 October 2013 OPTION Item 0006: On Or About 22 January 2014 OPTION Item 0007: On Or About 4 March 2014 OPTION Item 0008: On Or About 30-April 2014 OPTION Item 0009: On Or About 15 July 2014 OPTION Item 0010: On Or About 23 September 2014 Offers to be based on FOB Destination to the following location: Naval Base Ventura County. Port Hueneme, CA 93043. Pave locations vary aboard the installation. Inspection and acceptance will be performed at the Government destination by a Government representative. The following FAR provisions and clauses are applicable to this procurement: 52.203-3, Gratuities; 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 52.217-7, Option for Increased Quantity-Separately Priced Line Item; 52.219-28, Post Award Small Business Program Representation; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.247-34, F.O.B. Destination; 52.252-2, Clauses Incorporated by Reference; 252.223-7008, Prohibition of Hexavalent Chromium; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 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; 52.225-1, Buy American Act-Supplies; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; Additional contract terms and conditions applicable to this procurement are 252.204-7004 Alt A, Central Contractor Registration; NAVSUP 252.232-7006, Invoicing and Payment (WAWF) instructions. 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by The Government of a Terrorist Country; 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests and Receiving reports; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. UNIT PRICES- Contractor unit prices, when incorporated into a Government contract, will be released under the Freedom of Information act (FOIA) without further notice to the contractor submitter. If the Contractor takes issue with the release, it should submit its proposal data with the appropriate legends and explain in detail why such data cannot be released as a public record under the freedom of Information Act. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Offerors are required to complete and include a copy of the following provision with their quotation: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items ”Alt I. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitations minimum criteria for technical acceptability at the lowest price. To be considered, quotes must be received by 1:00 AM PST on 18 November 2012. Quotes can be sent to the Contract Specialist, Rachel McFarland via email Rachel.McFarland@navy.mil. Facsimile quotes will not be accepted. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor ™s CAGE code and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to either of the above listed Government points of contact. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars. Offerors are also reminded to comply with 252.204-7004, Required Central Contractor Registration. Lack of registration in the CCR will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423 or via the internet at http://ccr.edi.disa.mil. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead formal quote form, etc.).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024413T0017/listing.html)
 
Record
SN02925397-W 20121108/121106234300-9b71253f66094ba69333948ff34f8d0d (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.