Rock
Request for Quote for Rock for the Mendocino National Forest This is a combined synopsis and solicitation Request for Quotes (RFQ) for supply and delivery of rock on the Mendocino National Forest The ... Request for Quote for Rock for the Mendocino National Forest This is a combined synopsis and solicitation Request for Quotes (RFQ) for supply and delivery of rock on the Mendocino National Forest The purchase is set aside 100% for small businesses. The applicable NAICS code is 712190 Conservation Areas. The Size Standard is $7.5million whether the business is a manufacturer, wholesaler or retailer. The Product/Service Code is F008 Natural Resources Conservation Recreation Site Maintenance (non construction) . All responsible sources may submit a quotation which will be considered by the agency. The agency will make award based on the best value offer meeting Government needs, considering both price and non-price factors. Non Price factors being used are how closely the quote meets desired specifications and delivery readiness time frame. When combined, non-price factors are approximately equal in importance to price. A quote is requested in the format of the offeror's choosing, in writing, for supply and delivery rock meeting the following criteria: Materials to deliver to 5171 Elk Creek Rd, Stonyford, CA 95979. Escort will be provided to actual delivery point approximately 10 miles from this location. - 305 tons of rock. Each rock weighing approximately 1,900lbs. - Contractor would only dump rock at designated location Quotes must contain: 1. Price -Provide itemized prices and total price of item(s) listed. -Specify cost of delivery, 2. Timeline ARO -Provide delivery availability timeline after receipt of order (i.e. number of days/weeks). 3. Other Required Response (Please provide as part of your quote) -Provide business name and address, DUNS number, and name and phone number of point of contact. An offeror must have an Active SAM Entity to receive award/order. The Delivery Location is: USDA Forest Service | See addresses listed with materials specifications. The Delivery Point of Contact will be provided at time of award. Delivery coordination (approximately 24 hours of notice) will be required. Inspection and Acceptance shall be at destination. Response Due Date and Contact Information: QUOTES/OFFERS ARE DUE June 28, 2019 10:00am Pacific Time. Proposal/quotes may be submitted via email. Email: tod.gohl@usda.gov For questions or clarifications, call or email Tod Gohl. 530-934-1140 Use of Invoice Processing Platform (IPP) is Required The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). All invoices shall be submitted via the electronic Invoice Processing Platform. This platform is managed by the U.S. Department of Treasury and additional information is available at this website: https://www.ipp.gov/index.htm. Vendors register at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish an account. Payment shall be made by Electronic Funds Transfer (EFT) to the bank account identified in the Contractor's System for Award Management (SAM) registration, after the receipt and approval of any correct invoice processed through the Invoice Processing Platform (IPP). APPLICABLE CLAUSES Clauses Incorporated by Reference 52.212-4, Contract Terms and Conditions -- Commercial Items (no addenda) (Jan 2017) Full Text Clauses FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2018) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (48) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). (51) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (57) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [CO Note: Paragraph (c) does not apply.] (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. [CO Note: Paragraph (d) does not apply.] (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (vi) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (xii) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »