Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 19,1998 PSA#2098

U. 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