|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6,1997 PSA#1777347 CONS/LGCS, 4380B Alabama Rd, Moody AFB, GA 31699-1794 56 -- ASPHALT, PRIME COAT, TACK COAT SOL F09607-97-BA001 DUE 021997
POC CONTACT ROY DURHAM, 912-257-4739; Buyer, Howard A Dodds,
912-257-4722, Contracting Officer 17. 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; bids are being requested and a WRITTEN SOLICITATION
WILL NOT BE ISSUED. The solicitation number for this procurement is
F09607-97-BA001 and is issued as an Invitation For Bid (IFB). This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular FAC 90-42, Defense
Acquisition Circular 90-11 and Air Force Acquisition Circular 92-51.
This solicitation is unrestricted. The Standard Classification Code is
2951 (for coding purposes only) and the small business size is 500
employees. The Bid Schedule shall be for: ITEM 0001 -- 4000 tons of
TYPE H ASPHALT, ITEM 0002 -- 3500 gallons Prime Coat for Asphalt, and
ITEM 0003 -- 1000 gallons Tack Coat for asphalt. All line items
delivered to Moody AFB GA.Signed bids must indicate quantity, unit
price and total amount. FAXED BIDS WILL NOT BE ACCEPTED.
SPECIFICATIONS: Asphaltic Concrete -- Hot Mix, Viscosity Grade AC-20
Optimum Asphalt content 5.50 TO 7.50, Agregate Graduation in accordance
with Department of Transportation standard for TYPE H mix. DELIVERY:
Line item 0001 (Asphalt), Bidder shall be capable of providing MIN 500
and MAX 600 daily requirements for asphalt listed on Bid Schedule (SF
1449). Delivery shall commence on or about 24 FEB 97 with an overall
performance time of 120 calendar days from the date of award with
delivery to 3620 Florida Road, Moody Air Force Base, Georgia 31699.
Line items 0002 (Prime Coat), Bidder shall be capable of providing MIN
100 and MAX 500 daily requirements for material listed on Bid Schedule
(SF 1449). Line item 0003 (Tack Coat), Bidder shall be capable of
providing MIN 100 and MAX 300 daily requirements for material listed on
Bid Schedule (SF 1449). Delivery shall commence on or about 23 Feb 97
with an overall performance time of 120 calendar days from the date of
award with delivery to 3620 Florida Road, Moody Air Force Base,
Georgia 31699. Delivery will be coordinated with Sandra Rader, Combat
Engineering Squadron, 912-257-4792 for daily delivery requirements.
Provision at FAR 52.212-1, Instruction to Offerors-Commercial, applies
to this acquisition. BID COVER SHEET (SF 1449) SHALL BE SIGNED AND
DATED AND SHALL CONTAIN THE FOLLOWING: SOLICITATION NUMBER; TIME
SPECIFIED FOR RECEIPT OF OFFERS, NAME, ADDRESS, AND TELEPHONE NUMBER OF
THE BIDDER; TERMS OF ANY EXPRESS WARRANTY; REMIT TO ADDRESS, IF
DIFFERENT THAN THE MAILING ADDRESS. BID SHALL ALSO CONTAIN ALL OTHER
DOCUMENTATION SPECIFIED HEREIN. Bidders shall include a statement
specifying the extent of agreement with all terms, conditions, and
provisions included in the solicitation. Offers that fail to furnish
required representations or information, or reject the terms and
conditions of the solicitation may be excluded from consideration.
EVALUATION/AWARD: The Government will award a contract resulting from
this solicitation to the responsible offeror whose bid to this
solicitation is the lowest overall price. BIDDERS SHALL INCLUDE A
COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS
AND CERTIFICATIONS-COMMERCIAL ITEMS, WITH THEIR OFFER. Offerors can
obtain the SF1449, representations and certifications and commercial
items FAR 52.212-3 by submitting request via fax at 912-257-3226, attn.
Roy Durham or Dan Costello. The following clauses apply to this
solicitation and are incorporated by reference: 52.212-4, Contract
Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and
Conditions Required to Implement Statutes or Executive
Orders-Commercial Items. Pursuant to FAR Clause 52.212-5, the following
clauses are hereby added by reference: 52.222-3 Convict Labor (E.O.
11755), 52.233-3 Protest After Award (31 U.S.C 3553 and 40 U.S.C.759),
52.219-8 Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)),
52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action
for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212),
52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C. 793),
52.222-37 Employment Reports on Special Disabled Veterans and Veterans
of the Vietnam Era (38 U.S.C. 4212), 52.225-3 Buy American Act --
Supplies (41 U.S.C. 10), 52.225-21 Buy American Act -- North Free Trade
Agreement Implementation Act -- Balance of Payments Program (41 U.S.C.
10, pub.L.103-187) 52.247-64 Preference for Privately Owned U.S. Flag
Commercial Vessels (46 U.S.C. 1241), 52.232-33 Mandatory Information
for Electronic Funds Transfer Payment, 52.211-16, Variation in
Quantity, The permissible variation shall be limited to: 1 percent
increase and 1 percent decrease. This increase or decrease shall apply
to all line items. The Defense Priorities and Allocations System
(DPAS) rating is C9E. RESPONSE TIME: SEALED BIDS WILL BE ACCEPTED AT
THE 347 CONTRACTING SQUADRON DEPOSITORY LOCATED 4380B ALABAMA ROAD,
MOODY AFB GA 31699 UNTIL 2:00 P.M.E.S.T. ON 19 FEB 97. BID OPENING
OFFICER: HOWARD A. DODDS. (0034) Loren Data Corp. http://www.ld.com (SYN# 0339 19970206\56-0001.SOL)
56 - Construction and Building Materials Index Page
|
|