Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2015 FBO #4836
SOLICITATION NOTICE

36 -- Concrete and Related Materials - COMBINED SYNOPSIS/SOLICIATION

Notice Date
2/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327320 — Ready-Mix Concrete Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-14-T-0019
 
Archive Date
4/4/2015
 
Point of Contact
Nichole Sue Mills, Phone: 907-552-7181
 
E-Mail Address
nicholle.mills.1@us.af.mil
(nicholle.mills.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Please see the attached Combined Synopsis/Solicitation and Statement of Work. COMBINED SYNOPSIS/SOLICIATION ‘COMBO': Concrete and Related Materials (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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) Solicitation FA5000-14-T-0019 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, effective 26 Dec 2014. The DFARS provisions and clauses are those in effect to DPN 20150129, effective 29 Jan 2015. The AFFARS provisions and clauses are those in effect to AFAC 2014-1001, effective 01 Oct 2014. (iv) This requirement is solicited under ‘Full and Open, unrestricted' competition. The North American Industrial Classification System (NAICS) code associated with this procurement is 327320 with a small business size standard of 500 employees. (v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: See Attachment 1: Pricing Schedule (vii) Delivery Hours: Normal operating hours are 7:00 A. M. through 5:00 P.M. Monday through Friday. Delivery will be made within twenty-four (24) hours of order. Deliveries for Saturday or Sunday require an advanced twenty-four (24) hour notice. Concrete trucks will arrive at a set time, pre-arranged between the contractor and government representative, utilizing Post Road Gate or Fort Richardson Main gate as a primary entry point to JBER, Alaska. The contractor and government representative will determine truck delivery intervals for orders requiring more than one truck. Upon delivery of any material, tickets shall be provided for each load to the government representative. Availability: Contractor will provide year round availability of concrete. Additional Charges: There will be no additional charge for truck stand-by time; and a four (4) yard minimum order. Quality Control Test Reports: Contractor shall provide quality control test results of all materials in accordance with the specifications for each mixture type upon request of the Heavy Repair Shop, 773d Civil Engineer Squadron. (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (April 2014) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of two (2) separate parts: a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative. b. Part 2- Price - Submit one (1) copy of price schedule and any pertinent additional information 3. Award will be made to the vendor whose quote is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications in Attachment 1. Price and technical acceptability will be considered. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a contract resulting from this solicitation to the responsible vendors whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical acceptability (ii) Price (b) Price and technical acceptability will be considered. The Government intends to evaluate quotes and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. The lowest priced quote will be evaluated for technical acceptability. If the quote is found technically acceptable, award will be made without further consideration. If it is found technically unacceptable, the Government will evaluate the next lowest quote for technical acceptability until award can be made to the lowest priced technically acceptable vendors. Therefore, the vendor's initial quote should contain the vendor's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum, is defined as meeting all of the following criteria: Minimum Qualifications: Contractor must be able to provide all the products described herein (see Attachment 1). (d) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) Each vendors shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Dec 2014), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Dec 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Dec 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.203-3 Gratuities Apr 1984 FAR 52.203-6 Restrictions on Subcontractor Sales to the Government Sep 2006 FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government Oct 1995 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013 FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. Aug 2013 FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations Dec 2014 FAR 52.217-5 Evaluation of Options Jul 1990 FAR 52.217-8 Option to Extend Services Nov 1999 FAR 52.217-9 Option to Extend the Term of the Contract Mar 2000 FAR 52.219-8 Utilization of Small Business Concerns Oct 2014 FAR 52.219-28 Post-Award Small Business Program Rerepresentation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor -- Cooperation with Authorities and Remedies Jan 2014 FAR 52.222-21 Prohibition of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-35 Equal Opportunity for Veterans Jul 2014 FAR 52.222-36 Equal Opportunity for Workers With Disabilities Jul 2014 FAR 52.222-37 Employment Reports on Veterans Jul 2014 FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act Dec 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels Feb 2006 DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep 2013 DFARS 252.203-7005 Representation Relating To Compensation of Former DoD Officials Nov 2011 DFARS 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. Feb 2015 DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Feb 2015 DFARS 252.204-7011 Alternative Line Item Structure Sep 2011 DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov 2013 DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors Feb 2014 DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law May 2014 DFARS 252.211-7003 Item Unique Identification and Valuation Dec 2013 DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS 252.225-7000 Buy American--Balance of Payments Program Jan 2014 DFARS 252.225-7001 Buy American and Balance of Payments Program Dec 2012 DFARS 252.225-7012 Preference for Certain Domestic Commodities Feb 2013 DFARS 252.225-7048 Export-Controlled Items Jun 2013 DFARS 252.227-7015 Technical Data-Commercial Items Feb 2014 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS 252.232-7006 Wide Area Workflow Payment Instructions May 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.243-7002 Requests for Equitable Adjustment Dec 2012 DFARS 252.244-7000 Subcontracts for Commercial Items Jun 2013 DFARS 252.247-7022 Representation of Extent of Transportation by Sea Aug 1992 DFARS 252.247-7023 Transportation of Supplies by Sea--Basic Apr 2014 DFARS 252.247-7026 Evaluation Preference for Use of Domestic Shipyards - Applicable to Acquisition of Carriage by Vessel for DoD Cargo in the Coastwise or Noncontiguous Trade Nov 2008 AFFARS 5352.242-9000 Contractor Access to Air Force Installations Nov 2012 52.216-18 - Ordering (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from the date of contract award through base year with two option years. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 - Ordering Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 4 Cubic Yards, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of 150 Cubic Yards; (2) Any order for a combination of items in excess of 300 Cubic Yards; or (3) A series of orders from the same ordering office within 2 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 24 hours after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-22 - Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 14 days of contract end date. 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) AFFARS 5352.201-9101, OMBUDSMAN (Apr 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman: CMSgt Gene L. Eastman 25 E. Street, Suite D-306 JBPH-H, HI 96853-5427 Phone: (808) 449-8569 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause) (xiii) No additional contract requirements apply to this acquisition. (xiv) No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition. (xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to: 673d Contracting Squadron LGCC, Attn: Nicholle Mills, via fax to 907-552-7496 or e-mail: nicholle.mills.1@us.af.mil. E-mail is preferred. Please forward all questions to Nicholle Mills, at nicholle.mills.1@us.af.mil no later than 11:00 a.m. Alaska Standard Time on 03 March 2015. A site visit will not be conducted for this requirement. An amendment will be issued answering all questions received, providing the Government's answers. Quotes are due no later than 10:00 a.m. Alaska Standard Time on 20 March 2015; quotes shall include the following: a. Part 1- Technical Acceptability - Submit one (1) copy of technical acceptability narrative, limit to 10 pages. b. Part 2- Price - Submit one (1) copy of price schedule. Any additional documentation is limited to 10 pages. BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. (xvi) Quotations shall be submitted to: 673d Contracting Squadron LGCC, Attn: Nicholle Mills, via fax to (907)-552-7496 or e-mail: nicholle.mills.1@us.af.mil. Email is preferred. For information regarding this solicitation, contact Nicholle Mills, at nicholle.mills.1@us.af.mil or at 907-552-7181. List of Attachments: • Attachment 1: Pricing Schedule • Attachment 2: Statement of Work FA5000-15-T-0019 Attachment 1: PRICING SCHEDULE 1 Page Base Year: TBD - 30 Sep 2015 LINE ITEM DESCRIPTION QTY NTE UI UNIT PRICE EXTENDED PRICE 0001: 5 SA 3500 PSI Type I 200 Cubic Yard 0002: 5 SA 3500 PSI Type III 50 Cubic Yard 0003: 5 ½ SA 4000 PSI Type I or Muni Curb/Gutter 150 Cubic Yard 0004 5 ½ SA 4000 PSI Type III 50 Cubic Yard 0005 6 SA 4250 PSI Type I 150 Cubic Yard 0006 6 SA 4250 PSI Type III 25 Cubic Yard 0007 Winter Heat Charge 200 Cubic Yard 0008 Forta Fiber ( MightyMono Fiber 3/4") 625 Cubic Yard 0009 Accelerator 5SA @ 1% dosage 100 Cubic Yard 0010 Accelerator 5 1/2 SA @ 1% dosage 100 Cubic Yard 0011 Accelerator 6SA @ 1% dosage 100 Cubic Yard 0012 Accelerator Non- Corrosive 5 SA @ 1% dosage 100 Cubic Yard 0013 Accelerator Non- Corrosive 5 1/2 SA @ 1% dosage 100 Cubic Yard 0014 Accelerator Non- Corrosive 6 SA @ 1% dosage 75 Cubic Yard 0015 650 Flex 5000 PSI W/ Fly Ash 80 Cubic Yard 0016 High Range Water Reducer 100 Cubic Yard TOTAL PRICE: Option Year 1: 01 Oct 2015 - 30 Sep 2016 LINE ITEM DESCRIPTION QTY NTE UI UNIT PRICE EXTENDED PRICE 1001: 5 SA 3500 PSI Type I 200 Cubic Yard 1002: 5 SA 3500 PSI Type III 50 Cubic Yard 1003: 5 ½ SA 4000 PSI Type I or Muni Curb/Gutter 150 Cubic Yard 1004 5 ½ SA 4000 PSI Type III 50 Cubic Yard 1005 6 SA 4250 PSI Type I 150 Cubic Yard 1006 6 SA 4250 PSI Type III 25 Cubic Yard 1007 Winter Heat Charge 200 Cubic Yard 1008 Forta Fiber ( MightyMono Fiber 3/4") 625 Cubic Yard 1009 Accelerator 5SA @ 1% dosage 100 Cubic Yard 1010 Accelerator 5 1/2 SA @ 1% dosage 100 Cubic Yard 1011 Accelerator 6SA @ 1% dosage 100 Cubic Yard 1012 Accelerator Non- Corrosive 5 SA @ 1% dosage 100 Cubic Yard 1013 Accelerator Non- Corrosive 5 1/2 SA @ 1% dosage 100 Cubic Yard 1014 Accelerator Non- Corrosive 6 SA @ 1% dosage 75 Cubic Yard 1015 650 Flex 5000 PSI W/ Fly Ash 80 Cubic Yard 1016 High Range Water Reducer 100 Cubic Yard TOTAL PRICE: Option Year 2: 01 Oct 2016 - 30 Sep 2017 LINE ITEM DESCRIPTION QTY NTE UI UNIT PRICE EXTENDED PRICE 2001: 5 SA 3500 PSI Type I 200 Cubic Yard 2002: 5 SA 3500 PSI Type III 50 Cubic Yard 2003: 5 ½ SA 4000 PSI Type I or Muni Curb/Gutter 150 Cubic Yard 2004 5 ½ SA 4000 PSI Type III 50 Cubic Yard 2005 6 SA 4250 PSI Type I 150 Cubic Yard 2006 6 SA 4250 PSI Type III 25 Cubic Yard 2007 Winter Heat Charge 200 Cubic Yard 2008 Forta Fiber ( MightyMono Fiber 3/4") 625 Cubic Yard 2009 Accelerator 5SA @ 1% dosage 100 Cubic Yard 2010 Accelerator 5 1/2 SA @ 1% dosage 100 Cubic Yard 2011 Accelerator 6SA @ 1% dosage 100 Cubic Yard 2012 Accelerator Non- Corrosive 5 SA @ 1% dosage 100 Cubic Yard 2013 Accelerator Non- Corrosive 5 1/2 SA @ 1% dosage 100 Cubic Yard 2014 Accelerator Non- Corrosive 6 SA @ 1% dosage 75 Cubic Yard 2015 650 Flex 5000 PSI W/ Fly Ash 80 Cubic Yard 2016 High Range Water Reducer 100 Cubic Yard TOTAL PRICE: ***Shipping costs to JBER, AK 99506 MUST be included within the unit prices.*** Vendors may, at their discretion, provide additional time. THIS QUOTE EXPIRES ON: _________________________ Business Size: Small Large Women-Owned Veteran-Owned Other:__________________________ Delivery Date (Mandatory): Net Terms (Mandatory): DUNS: Printed Name Title Signature Date NOTE: The individual signing must be a signatory official for this Entity; signature constitutes agreement to all terms/conditions contained within this solicitation.   Attachment 2 (page 5 of 5) STATEMENT OF WORK CONCRETE REQUIREMENTS FY2015 1. Delivery Hours: Normal operating hours are 7:00 A. M. through 5:00 P.M. Monday through Friday. Delivery will be made within twenty-four (24) hours of order. Deliveries for Saturday or Sunday require an advanced twenty-four (24) hour notice. Concrete trucks will arrive at a set time, pre-arranged between the contractor and government representative, utilizing either Post Road Gate or Fort Richardson Main gate as primary entry points to JBER, Alaska. The contractor and government representative will determine truck delivery intervals for orders requiring more than one truck. Upon delivery of any material, tickets shall be provided for each load to the government representative. 2. Availability: Contractor will provide year round availability of concrete. 3. Additional Charges: There will be no additional charge for truck stand-by time; and four (4) yard minimum order. 4. Quality Control Test Reports: Contractor shall provide quality control test results of all materials in accordance with the specifications for each mixture type upon request of the Heavy Repair Shop, 773d Civil Engineer Squadron.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-14-T-0019/listing.html)
 
Place of Performance
Address: Joint Base Elmendorf-Richardson Alaska, 99506, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN03644471-W 20150220/150218234502-3b6c75fcfe881d58dfc8bd2dee66e07a (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.