Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2015 FBO #5027
SOLICITATION NOTICE

56 -- Stone Riprap 8000 Tons - Package #1

Notice Date
8/27/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423320 — Brick, Stone, and Related Construction Material Merchant Wholesalers
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
P15PS02599
 
Point of Contact
Linda Wheiles, Phone: 432-477-1122
 
E-Mail Address
linda_wheiles@nps.gov
(linda_wheiles@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SPECIFICATIONS / STATEMENT OF WORK SF 1449 Combined Synopsis Solicitation Stone RipRap Big Bend National Park Combined Synopsis/Solicitation P15PS02599 Stone Riprap 8000 Tons Big Bend National Park, Texas This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. Solicitation number: P15PS02599 is issued as a Request for Quotations. This RFQ incorporated provision and clauses in effect through Federal Acquisition Circular 2005-83 Effective November 25, 2014. This acquisition is reserved exclusively for small business concerns. The NAICS code for this acquisition is 423320 and the size standard is 100 employees or less. It is the contractor's responsibility to be familiar with applicable clauses and provisions. This Acquisition shall result in award of a firm fixed price contract. This acquisition is for the supply and delivery of 8,000 tons of Rip Rap meeting the specifications below. Delivery will be to: Big Bend National Park, Texas, 79834 SPECIFICATIONS / STATEMENT OF WORK Supply and Deliver 8,000 tons of Rip Rap, meeting the requirements set forth by TX Dot Item 432 Rip Rap 18" Protection. Riprap furnished under this item shall be Stone (Type F). Delivery to commence on or about October 1 2015 and be completed by December 31, 2015. Delivery site is located at Tornillo Bridge on Route 11 at mile marker 8, Hwy 385 South. Weight tickets shall be provided for each load. Delivery shall occur between the hours of 8:00 a.m. and 5:00 p.m. Monday through Friday, and scheduled with Steve Benavidez, Roads Supervisor. Additional information for Big Bend National Park may be found at www.nps.gov/bibe Basis of Award: Basis of award will be made considering the Lowest Price Technically Acceptable (LPTA), i.e, the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. There shall be no trade-offs. 52.212-1 Instructions to Offerors - Commerical Items. (Jul 2013) FAR 52.212-2, Evaluation-Commercial Items is applicable. The Government intends to award a fixed-price contract without discussions with offerors. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation has the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. NON-PRICE FACTORS: 1. Past performance in meeting delivery time. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of Offeror's past performance, and /or references obtained from any other source. Offerors are instructed to provide a list of 5 past contracts/projects that they consider similar in nature. List must provide description, $ amount, date, contact name, contact phone number and/or email. 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. FAR PROVISION AND CLAUSES The following Federal Acquisition Regulations (FAR) and its supplements, provisions and clauses apply to this acquisition. 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.212-3 Offeror Representations and Certifications-Commercial Items. (Nov 2013) (to be completed and provided with quotation unless "Certs & Reps" section of the contractor's www.sam.gov record is completed in full) If and offeror is not yet registered in SAM, the offeror can fill out Attachment B - 52.212-3 Offeror Representations and Certifications (filled completely). 52.212-4 Contract Terms and Conditions - Commercial Items. (Sep 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Jan 2014) Within 52.212-5 Applicable clauses are the following: 52.203-6 Restrictions on Subcontractor Sales to the Government. 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns. 52.219-13 Notice of Set-Aside Orders 52.219-14 Limitations on Subcontracting. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (Feb 1999). 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37 Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.225-1 Buy American Act- Supplies 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. (X) Alt ll 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (DEC 2012) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.233-4 Applicable Law for Breach of Contract Claim 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): www.acquisition.gov/far DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Upload company invoice with IPP submission The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. DOI TEXT MESSAGING Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving (October 2009) Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving (October 2009) Executive Order 13513, Federal Leadership On Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (Ref: http://edocket.access.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately bans text messaging while driving company-owned or rented vehicles, government owned or leased vehicles, or while driving privately owned vehicles while on official government business or when performing any work for or on behalf of the government. INSTRUCTIONS TO OFFERORS: Quotations are due by September 9, 2015, 4:00 pm CDT. Quotation package must include: 1) Price Schedule completed on the SF-1449 OR the Combined Synopsis Solicitation 2) Past Performance reference list 3) Completed 52.212-3 Offeror Representations or Certifications UNLESS Offeror maintains an active online "Certs&Reps" section within their SAM record at http://www.sam.gov 4) To be eligible for award, offeror must have an active SAM record at http://www.sam.gov at the time of award. The offerors shall submit their quotation package to the contracting officer by email or mail. Email is the preferred. Mail or Email completed quotation to the attention of the Contracting Officer, National Park Service, P.O. Box 129, Big Bend National Park, Tx 79834 (All quotes shall be received before the date of closing. Any information received after the designated time shall not be considered). All questions regarding this solicitation should be directed to: Contracting Officer, Linda Wheiles, linda_wheiles@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P15PS02599/listing.html)
 
Place of Performance
Address: Hwy 385 South, Tornillo Bridge, Big Bend National Park, Texas, 79834, United States
Zip Code: 79834
 
Record
SN03860085-W 20150829/150828000643-1908b6455f25381374150c6279678552 (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.