Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:1204N720Q0028
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with addi...
Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number is 1204N720Q0028 and is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13.5. The NAICS code is 212312. The small business size standard is 750 employees. This acquisition is a total small business set-aside. This solicitation is for a firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-05. The following clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items; the evaluation criteria stated in paragraph (a) of this provision are as follows: (1) Technical Capability to meet requirements stated herein, and (2) Price. The contract award will be offered to the best value offer made to the Government, considering technical capability and price; 52.212-3 Offeror Representations and Certifications Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. In paragraph (B) of 52.212-5, the following apply: 52.219-27, 52.222-3, 52.222-20, 52.222-21, 52.222-26, 52.222-54, 52.225-1, and 52.232-33. All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.arnet.gov/far . Line Item Description: Supply and Deliver F.O.B. Destination Chipseal Aggregate Delivered F.O.B. Destination. Required Delivery Schedule: The Government requires delivery between September 30, 2020 (BASE ITEM) and July 15, 2020 (OPTION ITEM 1). Base Item: Aggregate, graded medium, 3/8” No.4 (OR OSSC 007710.10) (Materials ONLY) 1000 CY* Option Item: Aggregate, graded medium 3/8” No.4 (OR OSSC 00710.00) (Materials ONLY) 750 CY* *CY = Cubic yards Delivery Location: Base Item – Summit Prairie Rock Pit - Option Item 1 – Sprague River Day Use Access Road, See attached map. Delivery shall be made on regular working days, Monday through Friday, between 7:00 a.m. and 4:30 p.m. Contractor shall notify the Contracting Officer's Representative (COR) 48 hours in advance of delivery at (970) 987-4446. Packing and Packaging – Commercial: Material shall be packed for shipment in such a manner that will insure acceptance by common carrier and safe delivery at destination. Containers and closures shall comply with the Interstate Commerce Commission and Regulations, Uniform Freight Classification Rules, or Regulations of other carriers as applicable to the mode of transportation. Quotes and Descriptive Literature, material certifications and testing reports establishing verification of technical capability to meet specifications are due to the Contracting Officer, Rogue River-Siskiyou National Forest, 3040 Biddle Road, Medford, Oregon 97504, May 1, 2020 by 3:00 p.m., local time by email. NOTE: ELECTRONIC OFFERS WILL BE ACCEPTED. Send quotes to: amy.chapman@usda.gov NOTE: prospective awardee shall be registered in the System for Award Management (SAM) data base prior to award. Information on registration may be obtained via the internet at: http://www.sam.gov or by calling 1-888-227-2423. Registration is Free. This is not a public opening. All offers submitted are considered confidental. The name of the contractor and the amount of the contract will be disclosed only after an award has been made.