Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W50S9H-20-Q-0005
COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supple...
COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation is attached. Solicitation W50S9H-20-Q-0005 incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2020-06, dated 06-02020. This requirement is set-aside 100% Total Small business. North American Industry Classification System Code (NAICS) is 212321 – Construction Sand and Gravel Mining, with a size standard of 500 Employees. All qualified Small Businesses under this industry are encouraged to submit quotations. DESCRIPTION OF REQUIREMENT: 1,422 TONS OF LIMESTONE MATERIAL The contractor shall provide 494 Tons of 2” to 3” Breaker run with fines and 928 Tons of ¾” minus limestone base material with fines. Delivery to Hardwood Range, N16226 11th Ave. North Necedah WI 54646 (delivery point will be on the corner of 16th and 3rd). Vendor shall obtain all necessary transportation permits to comply with all state and local regulations. REFERENCES: The following publications are available electronically at http://farsite.hill.af.mil/ Federal Acquisition Regulation (FAR) Defense Federal Acquisition Regulation Supplement (DFARS) SPECIAL INSTRUCTIONS: Offerors shall be required to return the attached Standard Form 1449 Solicitation, W50S9H-20-Q-0005 signed and filled in appropriately as their offer along with any additional information required to be submitted and any additional fill-in provisions. All contractors SHALL be registered in the System for Award Management (SAM) http://www.sam.gov database at the time of quotation. QUESTIONS DUE DATE AND TIME: All questions concerning this solicitation shall be sent via email to: seth.swieter@us.af.mil AND daniel.halverson.1@us.af.mil by 02 July 2020 at 2:00 PM CDT. A question and answer (Q&A) will be posted, if required, approximately 2 business days after all questions have been received. OFFER DUE DATE AND TIME: Offers are due 7 July 2020 at 1:00 PM CDT. Offerors MUST provide quote via e-mail only. LATE OFFERS: Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Proposals or modification of proposals received at the e-mail address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). CONTRACTING OFFICE CONTACT INFORMATION: All offers and questions pertaining to this solicitation shall be sent by email to the following email address: seth.swieter@us.af.mil AND daniel.halverson.1@us.af.mil. ****The Government will NOT answer questions via telephone.