|
COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1998 PSA#2098U. S. Army Engineer District, Savannah, P.O. Box 889, Savannah, Georgia
31402-0889 56 -- RIP RAP STONE SOL DACW21-98-B-0032 DUE 060498 POC Judy Saturday,
Contract Specialist, (912)652-5809, or Ophelia Kendricks, Contracting
Officer WEB: Corps of Engineers, Savannah District, Contracting,
http://www.sas.usace.army.mil/ct/index.html. E-MAIL: Judy R. Saturday,
judy.r.saturday@sas02.usace.army.mil. 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. Solicitation number is
DACW21-98-B-0032 and is issued as an Invitation For Bids (IFB).
Resultant contract will be a Firm-Fixed Price IDIQ base year and one
option year supply contract not to exceed two years. The Work to be
done under these specifications consists of furnishing, hauling and
dumping stone at designated work areas at sites along approximately
1,100 LF of shoreline adjacent to J. Strom Thurmond Project Visitor
Center, which is located 22 miles North of Augusta, Georgia, and 1.5
miles from Clarks Hill, South Carolina. The area of work is located at
the dam site in McCormick County, South Carolina. Type 1 Stone has a
minimum estimated quantity of 1,065 tons and a maximum estimated
quantity of 8,875 tons; Surge Stone has a minimum estimated quantity of
480 tons and a maximum estimated quantity of 4,000 tons per contract
year. The solicitation and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 90-42. This
procurement is 100% Small Business Set-Aside. The Standard Industrial
Classification (SIC) code is 1429 and the business size standard is 500
employees. The following is a list of contract line item numbers and
items, quantities, and unit of measure. CLIN 0001 -- Furnish 18" to 24"
Type 1 stone for use as Rip Rap along project shoreline, work shall
include hauling and dumping of stone to designated work areas, 1,065
TN. CLIN 0002 -- Furnish 4" to 6" surge stone, work shall include
hauling and dumping stone to designated work areas, 480 TN. CLIN 0003
-- OPTION YEAR ONE, Furnish 18" to 24" Type 1 stone for use as Rip Rap
along project shoreline, work shall include hauling and dumping stone
to designated work areas, 1,065 TN. CLIN 0004 -- OPTION YEAR ONE,
Furnish 4" to 6" surge stone, work shall include hauling and dumping
stone to designated work areas, 480 TN. Normal working hours, except as
otherwise specified, shall be Monday thru Friday, 7:30 a.m. to 4:00
p.m. Each load shall be dumped as directed by the Contracting Officers'
Representative. Final placement of stone is not required. Due to
limited access and slope of the work site, it may be impossible to
utilize large trailers to accomplish contract requirement. Contractors
are encouraged to visit work site to make determination as to suitable
equipment for use of this contract. A site map is added by addenda to
this solicitation. Safety and Health Requirements is included by
addenda. The contractor shall comply with all safety requirements of EM
385-1-1, "Safety Health Requirements Manual", (3 September 1996
Edition). All clauses and provisions incorporated in this document by
reference have the same force and effect as if they were in full text.
The Provision at 52.212-1Instructions to Offerors-Commercial Items,
applies to this acquisition. The offeror shall include a completed copy
of the provisions at 52.212-3 Offeror Representations and
Certifications-Commercial Items. The following clauses/provisions apply
to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial
Items, (MAY 97) includes all applicable terms and conditions which
are, to the maximum extent practicable, consistent with customary
commercial practices and is incorporated by reference. 52.212-5
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders -- Commercial Items, applies to this solicitation and
subsequent contract. The following clauses shall also be applicable to
the acquisition: Clause 52.214-34 Offers submitted in response to this
solicitation shall be in the English language. Offers received in
other than English shall be rejected. Clause 52.214-35 Offers submitted
in response to this solicitation shall be in terms of U.S. dollars.
Offers received in otherthan U.S. dollars shall be rejected. Clause
52.216-18 Ordering (OCT 95), any supplies to be furnished under this
contract shall be ordered by issuance of delivery orders; such orders
may be issued from contract award date through contract completion
date. Clause 52.216-19 Order Limitations (OCT 1995), contractor shall
honor any order where minimum and maximum dollar amounts are identified
within contract line items. Clause 52.216-22 Indefinite Quantity (OCT
1995), all delivery orders shall be placed by the Contracting Officer
and will include the quantity of the desired CLIN, performance period
of the task order and dollar amount. Contractor shall invoice upon
completion of each order. Clause 52.217-5 Evaluation of Options. The
Government will evaluate offers for award purposes by adding the total
price for all options to the total price for the basic requirement.
Evaluation of options will not obligate the Government to exercise the
option. Clause 52.217-9 Option to Extend the Term of the Contract, the
Government may extend the term of this contract by written notice to
the Contractor within 60 days; provided, that the Government shall give
the Contractor a preliminary written notice of its intent to extend at
least 60 days before the contract expires. The preliminary notice does
not commit the Government to an extension. Inclusion of the following
DFARS provisions are applicable to this acquisition: 252.225-7001,
252.225-7002, 252.225-7035 and 252.225-7036. All interested parties
shall request by fax copy of FAR clauses 52.212-1, 52.212-3, 52.212-4,
and 52.212-5 and addendums to Judy Saturday, (912)652-5828. Bid
opening will be held in the Contracting Bid Opening Conference Room,
1st floor Juliette Gordon Low Federal Building, 100 West Oglethorpe,
Savannah, Georgia, on 4 Jun 98 at 1300 hours. No faxed bids will be
considered. Bids submitted shall indicate the solicitation number, bid
opening date and time, name, address, and telephone number of the
bidder. If there are any questions or requests, contact Judy Saturday
at (912)652-5809. See Numbered Note 12. (0135) Loren Data Corp. http://www.ld.com (SYN# 0267 19980519\56-0001.SOL)
56 - Construction and Building Materials Index Page
|
|