Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2015 FBO #4927
SOLICITATION NOTICE

Y -- PERMANENT PAVEMENT STRIPE (THIS IS A BUY INDIAN SET ASIDE) - Attachment

Notice Date
5/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
BIA NAVAJO 00009 301 WEST HILL ROOM 346 Contracting Office Gallup NM 87301 US
 
ZIP Code
00000
 
Solicitation Number
A15PS00609
 
Response Due
5/26/2015
 
Archive Date
6/10/2015
 
Point of Contact
Johnson, Mary Jane
 
Small Business Set-Aside
N/A
 
Description
A15PS00609 Specs THIS IS A BUY INDIAN SET ASIDE The Bureau of Indian Affairs (BIA) is soliciting offers to procure for pavement striping services for Division of Transportation, Force Accounts Farmington, NM. 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; quotes are being requested and a written solicitation will not be issued. Solicitation No. A15PS00609, herein cited is issued as a Request for Quote (RFQ) and will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80. This acquisition is for a Native American Owned Business Small Business Set-Aside under the Buy Indian Act (25 U.S.C). The NAICS Code is 237310, Size standards $36.5. Scope of Work: Contractor shall provide all labor, materials, supervision, and incidentals necessary to provide Permanent Roadway Striping, Painted Symbols and Legends, Removal of Pavement Stripe and Recessed Pavement Markers meeting the requirements of the most recent Edition of the Manual of Uniform Traffic Control Devices and the Arizona Department of Transportation Standard Specifications for Road and Bridge Construction recent edition. A 15 mil (0.015") thick water based paint for pavement layout striping shall be placed on the final surface within 5 working days of the final pavement surface being completed. The final longitudinal stripe shall be 60 mil (0.60") think sprayed Epoxy Reflectorized Stripe placed over the painted layout stripe within 21 to 30 calendar days of the final surface being completed. Transverse Stripe shall be 60 mil (0.60") thick Sprayed Epoxy Reflectorized Stripe placed over the final pavement surface. All Recessed Pavement Markings (RPMS) shall be installed per current ADOT Standard Drawings MM-18 and M-19, pages 1 thru 9. Removal of existing pavement stripe shall be in accordance with ADOT Standard Specifications by hydro blasting. Stripe and Symbol Quantity. All materials shall be delivered to a construction project located in Dennehotso, Arizona, delivery shall be coordinated with the Construction Manager who will schedule delivery dates and location Period of Performance: Date of award through September 30, 2015 The Government intends to award a single purchase order Please Submit your quote as follows: 1.6" Double Yellow - 3100 Lf. $______ per LF = $ ___________ 2.6" White Shoulder Stripe - 2800 If.; $______ per LF = $ ___________ 3.12" White - 650 If.; $______ per LF = $ ___________ 4.6" Skip White - 150 If.; $______ per LF = $ ___________ 5.Symbol Quantity = White Arrow - 4 each; $______ per EA = $ ___________ 6.White Word "ONLY" - 2 each; $______ per EA = $ ___________ 7.Removal of Pavement Stripe - 1000 If.; $______ per LF = $ ___________ 8.Rased Pavement Markers - 150 each $______ per EA = $ ___________ 9.SERVICES: Pavement and Striping $ _____________ (please provide a complete breakdown of all applicable cost) 10.Applicable Taxes $ ______________ TOTAL $ ____________________ Award will be made at a fair and reasonable price to the responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government, price and other factors considered. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-1 Buy American Act-Supplies; FAR 52.222-3, Convict Labor; FAR 52.211-16, Variation in Quantity; FAR 52.211-17, Delivery of Excess Quantities; FAR 52.232-18, Availability of Funds; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.216-02, Economic Price Adjustment-Standard Supplies; FAR 52.22-41, FAR 52.217-5, Evaluation of Options; FAR 52.217-6, Option to Increased Quantity; FAR 52.217-7, Option for increased Quantity ¿Separately Priced Line Item; FAR 52.217-8, Option to Extend Services; FAR 52.219-9, Option to Extend the Term of the Contract. and DIAR clauses are herein incorporated as follows:. 1452.226-70, Indian Preference; 1452.226-71, Indian Preference Program; 1452.280-4, Indian Economic Enterprise Representation; and 1452.204-70, 52.232-99, Providing Accelerated Payment to Small Business Subcontractors. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. Award will be made at a fair and reasonable price to the lowest responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications ¿Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. The RFQ is due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Mary Jane Johnson, P. O. Box 1060, Gallup, New Mexico 87305 by, May 26, 2015, 12:00 PM (Local Time, Gallup, N.M.) Physical address: 301 W. Hill Ave., Room. 346, Gallup, NM 87301. Quotes submitted by facsimile at (505) 863-8382 or by email at maryjane.johnson@bia.gov will be accepted. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contract Specialist, by fax at (505) 863-8382. All contractors submitting quotes must be registered in the SAM.gov, in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.SAM.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A15PS00609/listing.html)
 
Record
SN03737200-W 20150522/150520234653-014a12d5801b47321d8b27f2e7a0504c (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.