Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2015 FBO #4942
SOLICITATION NOTICE

56 -- READY-MIX CONCRETE for STEAMTOWN NHS - Attachment

Notice Date
6/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
NPS, WASO - WCP Contracting P.O.Box 25287 MS WCP Denver CO 80225 US
 
ZIP Code
00000
 
Solicitation Number
P15PS01494
 
Response Due
6/18/2015
 
Archive Date
7/3/2015
 
Point of Contact
CLARKE, MICHAEL R
 
Small Business Set-Aside
Total Small Business
 
Description
P15PS01494 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. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number P15PS00 is issued as a Request for Proposal (RFP) for Ready-Mix Concrete and Pumping Service. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-81. The North American Industry Classification System (NAICS) is 238110. The Solicitation is a total Small Business Set-Aside, Size Standard 500 Employees. The Contractor shall furnish, deliver and provide pumping service for a minimum of 25 cubic yards and a not-to-exceed amount of 100 cubic yards of Ready-Mix Concrete over a period of 5 months in accordance with the following: Ready-Mix concrete shall have a 28-day compressive strength of 4,000 psi, aggregate shall be crushed gravel mix with a size not-to-exceed ¾ ¿ diameter, shall be a blend of Portland cement and Fly Ash with a minimum cementicious material content of 564 lbs per cubic yard. Portland cement shall be ASTM C10-99, Type I or Type III and Fly Ash shall be ASTM C618-99, Class F, and not-to-exceed 15% total cementicious material by weight. The quality of the concrete shall be in accordance with ASTM C94-99, whereby the manufacturer shall assume full responsibility of the selection of the concrete mixture with the allowable cementitious content. Fiber reinforcement shall be added to the concrete. The Contractor shall provide pumping service simultaneously with concrete deliveries and the pumper shall be at a minimum, a towable grout pump that is capable of pumping a 60 foot horizontal distance. During the 5 month period of deliveries, the Government will order a minimum of 5, but not-to-exceed 10 deliveries with the cubic yard quantity per delivery to be determined as needed. The minimum delivery size will be 5 cubic yards, and the maximum delivery size will be 30 cubic yards. The Government will provide the Contractor with 48 hours advance notice for delivery orders. If the Contractor fails to make a scheduled delivery, any cost incurred to reschedule the delivery shall be the Contractor ¿s responsibility. All Ready-Mix Concrete shall be delivered to the Steamtown National Historic Site, 150 South Washington Ave., Scranton, PA 18503-2018. Pricing shall be provided as follows: total not-to-exceed amount of 100 cubic yards of Ready-Mix Concrete, to include pumping services at $__________ per cubic yard = $__________; total not-to-exceed amount of 10 deliveries at $__________ per delivery = $__________; TOTAL PRICE $___________. Delivery of first order shall be as early as June 25, 2015 between the hours of 8:00 a.m. and 3:00 p.m., Monday through Friday. Inspection and acceptance of materials by the Government will occur when materials arrive to the delivery location. Should any deviations and exceptions to the above requirement be taken, the Offeror shall identify in writing with their response. The following provisions and clauses are applicable to this acquisition and are available at: www.arnet.gov FAR 52.212-1, Instructions of Offerors ¿Commercial Items, FAR 52.212-2, Evaluation ¿Commercial Items, FAR 52.212-4, Contract Terms and Conditions ¿Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ¿Commercial Items, FAR 52.212-5, Contract Terms and Conditions, FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds Transfer ¿Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). The Government reserves the right to make award without further discussion. Proposals shall be submitted in a hard-copy original no later than 12:00 p.m. on June 18, 2015 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704; e-mailed or faxed proposal submissions will not be accepted. The following equally weighted criteria will be used to evaluate the proposals received. Proposals shall include the following information: (1) Confirm your ability to deliver orders of 5-30 cubic yards of concrete with pumping service by 1:00 pm if ordered 48 hours in advance (2) Confirm your ability to pump concrete from a position of a terraced lot above a retaining wall, up to 15 feet below the lot level (3) Confirm your ability to deliver multiple orders of concrete consecutively with no more than 1 hour in between deliveries. The following additional information shall also be provided as part of the Business Management submission: (1) Pricing in the format outlined above (2) Completed copy of FAR 52.212-3, Offeror Representations and Certifications ¿Commercial Items, or a statement that Annual Representations and Certifications have been done in accordance with FAR 52.204-08. Please provide your Dunn & Bradstreet number. (3) Originally signed copy of Standard Form 1449. FAR 52.212.-3 and Standard Form (SF) 1449 which is accessed via www.fedconnect.net by conducting a ¿Public Opportunities Only ¿ search and entering the subject solicitation number under ¿Reference Number ¿ in the search criteria. The form is available as either a fillable form or pdf file. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 60 days after the closing date for receipt of proposals. Award of any contract resulting from this solicitation will be made to the responsible Offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. All evaluation factors other than cost or price, when combined are significantly more important than cost or price; however, cost/price may contribute in the selection decision. The Government reserves the right to make award without further discussion of the proposals received. Therefore, it is important that your proposal be submitted initially on the most favorable terms from both the technical and cost standpoints. The Government anticipates award of a firm-fixed price contract on or before June 24, 2015. The point of contact for inquiries and clarifications is Michael Clarke, Contract Specialist, Telephone Number (301) 663-8206, Extension 108, Facsimile Number (301) 663-8032 or Email address Michael_clarke@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P15PS01494/listing.html)
 
Record
SN03751174-W 20150605/150603234455-058a2f9a647436549514676226506ddc (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.