Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2015 FBO #5005
SOLICITATION NOTICE

56 -- Muni-E Mix and/or State Type IIA - Hot Mix Asphalt - FA5000-15-T-0158

Notice Date
8/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324121 — Asphalt Paving Mixture and Block 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
FA5000-15-T-0158
 
Archive Date
8/29/2015
 
Point of Contact
Richard Noble Curt White, Phone: 907-552-7174
 
E-Mail Address
richard.white.44@us.af.mil
(richard.white.44@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Please review and complete the attached Combined Synopsis Solicitation. Quotes are due by 10:00 AM Alaska Time (2:00 PM Eastern) on Friday 14 Aug. 2015. COMBINED SYNOPSIS/SOLICIATION ‘COMBO': Hot Mix Asphalt (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 FA5000-15-T-0158 is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective 03 Aug 2015. The DFARS provisions and clauses are those in effect to DPN 20150626, effective 26 Jun 2015. The AFFARS provisions and clauses are those in effect to AFAC 2015-0406, effective 06 Apr 2015. (iv) This requirement is solicited under ‘Full and Open, unrestricted' competition. The North American Industrial Classification System (NAICS) code associated with this procurement is 324121 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) Government Pickup: Vendor shall be responsible for loading the asphalt materials into government dump trucks. The government will provide 24 hour notice prior to picking up any materials Monday through Saturday, and 48 hours' notice for Sunday pickup requirements. The asphalt temperature must be at a degree where when the Government employee returns to the construction site from the Contractor's location, the asphalt temperature is no less than 285 degrees Fahrenheit. Pickup Hours: Normal operating hours are 7:00 A.M. through 5:00 P.M. Monday through Friday. Upon receipt of any material, weight tickets shall be provided for each load to the government representative or to a designated location. 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. Award will be made to the vendor whose offer is conforming to the solicitation and is determined to be the lowest priced offer conforming to Attachment 1 (pricing schedule) and Attachment 2 (statement of work)., to include meeting time and temperature constraints. (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 vendor whose offer conforming to the solicitation will be most advantageous to the Government. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial offer should contain the vendor's best terms. The lowest priced offer will be evaluated for acceptability, (acceptability is defined as meeting all requirements within Attachment 1 (pricing schedule) and Attachment 2 (statement of work) while meeting the time and temperature constraints. If the offer is found acceptable, award will be made without further consideration. If it is found unacceptable, the Government will evaluate the next lowest priced offer for acceptability until award can be made to the lowest priced acceptable vendor. Therefore, the vendor's initial offer should contain the vendor's best terms from a price by stating they can meet all the above requirements. Minimum Qualifications: Contractor must be able to provide all the products described herein (see Attachment 1(pricing schedule) and 2 (statement of work)) which includes each product line within stated timeframes at stated temperature degree required. Contractor's signature on page 5of this solicitation signifies the Contractor can meet all the above specifications to include time and temperature. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Each vendors shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Mar 2015), 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 (May 2015), 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 (May 2015), 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 52.204-16 Commercial and Government Entity Code Reporting Jul 2015 FAR 52.204-18 Commercial and Government Entity Code Maintenance Jul 2015 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 52.219-8 Utilization of Small Business Concerns Oct 2014 FAR 52.219-28 Post-Award Small Business Program Representation 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 Apr 2015 FAR 52.222-26 Equal Opportunity Apr 2015 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 Mar 2015 FAR 52-222-54 Employment Eligibility Verification Aug 2013 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 52.232-33 Payment by Electronic Funds Transfer--System for Award Management Jul 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 DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials Jun 2015 DFARS 252.203-7005 Representation Relating To Compensation of Former DoD Officials Nov 2011 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 252.211-7003 Item Unique Identification and Valuation Dec 2013 DFARS 215.215-7007 Notice of Intent to Resolicit Jun 2012 DFARS 215.215-7008 Only One Offer Oct 2013 DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS 252.225-7000 Buy American--Balance of Payments Program Nov 2014 DFARS 252.225-7001 Buy American and Balance of Payments Program Nov 2014 DFARS 252.225-7012 Preference for Certain Domestic Commodities Feb 2013 DFARS 252.225-7031 Secondary Arab Boycot of Israel Jun 2005 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 252.247-7023 Transportation of Supplies by Sea--Basic Apr 2014 AFFARS 5352.201-9101 Ombudsman Apr 2014 (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: A1C Richard White, via e-mail: richard.white.44@us.af.mil. Please forward all questions to A1C White, at richard.white.44@us.af.mil no later than 10:00 a.m. Alaska Standard Time on 11 August 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. Offers are due no later than 10:00 a.m. Alaska Standard Time on 14 August 2015. BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced offer conforming to all the CLINS stated below to include meeting time and temperature constraints. (xvi) Offers/Quotations shall be submitted to: A1C Richard White, via e-mail: richard.white.44@us.af.mil. For additional information regarding this solicitation, contact A1C Richard White, at richard.white.44@us.af.mil or at 907-552-7174. List of Attachments: Attachment 1: Pricing Schedule Attachment 2: DFARS 252.203-7998 Attachment 3: DFARS 252.203-7999 Attachment 4: DFARS 252.209-7992 Attachment 5: Statement of Work FA5000-15-T-0158 Attachment 1: PRICING SCHEDULE 1 Page LINE ITEM DESCRIPTION QTY NTE UNIT OF ISSUE UNIT PRICE TOTAL PRICE 0001 Muni-E Mix and/or State Type II A 3400 Short Ton $ $ Offerors Shall Complete the following Delivery Date: Net Terms: Business Size: (Please "X" as applicable) Small Large DUNS No: Women-Owned Veteran-Owned CAGE: Other: Printed Name/Title: Printed Name Title/Position Signature/Date: _____/_____/______ 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. FA5000-15-T-0158 Attachment 2: DFARS 252.203-7998 1 Page 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation. (DEVIATION 2015-O0010) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) FA5000-15-T-0158 Attachment 3: DFARS 252.203-7999 1 Page 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2015-O0010) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) FA5000-15-T-0158 Attachment 4: DFARS 252.209-7992 1 Page 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations. (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FA5000-15-T-0158 Attachment 5: STATEMENT OF WORK 2 Pages Statement of Work Hot Mix Asphalt Requirement Government Pickup: Vendor shall be responsible for loading the asphalt materials into government dump trucks. The government will provide 24 hour notice prior to picking up any materials Monday through Saturday, and 48 hour notice for Sunday pick up requirements. In accordance with Asphalt Technical Provision 02600 (which is the normal industry standard for asphalt), asphalt shall not be heated over 325 F. Asphalt mixtures which have cooled below 180 F will not be spread. Re-heating will not be permitted. Contractors will need to ensure their temperature is at a degree when it leaves their plant so when the asphalt arrives to the job site within normal road conditions, (aka minus accidents, closed roads, etc.) the mixture is no less than 285 degrees which is stated within the SOW. Pickup Hours: Normal operating hours are 7:00 A.M. through 5:00 P.M. Monday through Friday. Upon receipt of any material, weight tickets shall be provided for each load to the government representative or to a designated location. 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. Exhibit A Specifications and Estimated Quantities Line Item Description Quantity Unit of Issue 0001 Muni-E Mix and/or State Type IIA 3400 Short Ton Asphalt Mix Designs Line Item 0001 - Hot Mix Asphalt, Muni Class E The Hot Mix Asphalt City Class D Mix supplied is in accordance with the current "Municipal Standard Specifications 2009, STANDARD SPECIFICATIONS FOR ASPHALT SURFACING DIVISION 40.00 "Section 40.02, Article 1.1 to 1.6, Section 40.06 ASPHALT CONCRETE PAVEMENT, Article 6.1 through 6.3, Class E Mix. Hot Mix Asphalt City Class E Mix is a (50-blow) asphalt mix designs. The Liquid Asphalt is PG 52-28 type product. The anti-stripping agent is Y4 of one percent per ton of Liquid Asphalt Cement. HMA Muni Class E shall be blended to meet the design range indicated in Table 1 as follows: TABLE 1. REQUIREMENTS FOR GRADATION OF AGGREGATE U.S. Standard Sieve Total Percent by Weight Passing 3/4" 100 1/2" 78 - 96 3/8" 66 - 86 #4 46 - 66 #8 34 - 52 #16 24 - 42 #30 16 - 32 #50 10 - 24 #100 7 - 16 #200 3 - 9 Asphalt Content (By weight of Mix) 5.0 - 7.0 Item 0001 - Hot Mix Asphalt, State Type IIA The Hot Mix Asphalt State Mix Designs supplied are in accordance with the Alaska Department of Transportation and Public Facilities Standard Specifications for Highway Construction 2004 Edition, Division 400---Asphalt Pavements and Surface Treatments Section 401 through 401-501 and Section 703-2.04 Aggregate for Asphalt Concrete Pavement, Table 703-3 Broad Band Gradations for Asphalt Concrete Pavement Aggregate. The Liquid Asphalt is PG 52-28 type product. The anti-stripping agent Y4 is one percent per ton of Liquid Asphalt Cement. MHA State Type IIA shall be blended to meet the design range indicated in Table 2 as follows: TABLE 2. REQUIREMENTS FOR GRADATION OF AGGREGATE U.S. Standard Sieve Total Percent by Weight Passing 3/4" 100 1/2" 84 - 96 3/8" 77 - 89 #4 55 - 67 #8 40 - 52 #16 29 - 39 #30 22 - 30 #50 13 - 21 #100 5 - 11 #200 3 - 7 Asphalt Content (By weight of Mix) 5.4 - 6.2
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-15-T-0158/listing.html)
 
Place of Performance
Address: JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN03824549-W 20150807/150805234913-0cc9140f4a1fce4026a08b65602f8e62 (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.