3/4" Minus Gravel / Rock
Action Code: Combined Synopsis/Solicitation Notice NAICS Code: 212319-Crushed and Broken Stone Mining FSC Code: 5610-Mineral Construction Materials -Gravel, Stone. Subject: 3/4" Minus Gravel, 1,000 Cu... Action Code: Combined Synopsis/Solicitation Notice NAICS Code: 212319-Crushed and Broken Stone Mining FSC Code: 5610-Mineral Construction Materials -Gravel, Stone. Subject: 3/4" Minus Gravel, 1,000 Cubic Yards Solicitation Number: W912JV-19-Q-5005 Posted Date: February 1 2019 Amendment Date: February 22 2019 Set-Aside: Small Business RFQ Close Date: 4 March 2019 @ 2:00 PM PST Contracting Office: 142 MSG/MSC Contracting Office 6801 NE Cornfoot Rd. Portland, Oregon, 97218 Place of Delivery: Portland ANG Base (PANG) 6801 NE Cornfoot Rd. Portland, OR 97218 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 will not be issued. This solicitation RFQ is being issued as a Request for Quotation (RFQ). Quotes are due by 4 March 2019 @ 2:00 PM PST (5:00 PM EST.) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. This solicitation is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The RFQ is reserved for small businesses, NAICS Code 212319 Crushed and Broken Stone Mining and Quarrying contractors/vendors, with a small business size standard of 500 employees. The Government intends to make a Firm Fixed Price, Simplified Acquisition (FAR Part 13), Lowest price technically acceptable is the evaluation criteria to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. 1. Background: The Oregon Air National, Portland Base (PANG), has a requirement for ¾ Minus Gravel/Rock (crushed rock) materials for a planned parking project. The crushed rock material will be used for final grading as parking lot top cover. 2. Crushed Rock Materials Specifications, Type, Delivery Schedule and Locations: The contractor shall furnish all labor, equipment, materials, transportation, and incidentals to supply the following rock products: The following commercial product is requested in this solicitation: CLIN 0001 A. Crushed Rock Types, Use and Delivery Details: 1) Line Item CLIN 0001: 1,000 CUBIC YARDS OF 3/4 MINUS GRAVEL Quantity 1,000 Cubic Yards. Include delivery charge into price. FOB Destination B. Crushed Rock Material Specifications: All materials shall be free of wood, roots, bark and other extraneous materials and be free of noxious seeds and weeds. Standard Specifications: When referenced in this section, shall mean Oregon Standard Specifications for Construction, 2008. As specified for 3/4 inch minus in Section 02630 of the Standard Specifications. Clean, tough, uniform quality, durable fragments of crushed rock, free from flat, elongated, soft or disintegrated pieces, or other objectionable matter occurring either free or as coating on stone. Delivery: The delivery location will be <.75 mile from the base gate entrance of 6801 NE Cornfoot Rd. Portland, OR, 97218. These crushed rock materials (above) will be delivered onto Portland Air National Guard Base to the designated staging area near Building 115, South perimeter fence, corner lot of Johnson Avenue and Carey Street. Placement of material will be discussed with each truck operator at time of delivery to strategically place material in stockpile locations. Delivery of rock material shall occur no sooner than Tuesday, 2 April 2019. Delivery of rock materials shall be delivered on Tuesday, 2 April 2019. Rate of delivery is 250 Yards per day through Friday, 5 April 2019. Schedule the delivery for the bulk of materials shall be coordinated based on productivity at the work site and as directed by the 366 Civil Engineering Squadron (CES) roads supervisor. (Designated point of contact upon award). Material delivery times for all materials shall be between 7am and 3:30pm, Mondays through Friday with prior approval of the Contracting Officer. Delivery may be made using trucks with trailers at the delivery site. All traffic, driver, and vehicle laws and regulations are the responsibility of the contractor/vendor. CLIN DESCRITION QTY UNIT UNIT PRICE TOTAL 0001 ¾ " Minus Gravel Rock with delivery included 1,000 CY TOTAL PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management at http://sam.gov at Wide Area Work Flow (WAWF) at http://wawf.eb.mil FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government. Lowest price technically acceptable is the evaluation criteria. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item System for Award Management at http://sam.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Interested vendor are to provide their size standards, CAGE code, DUNS #, and tax identification. All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award. The NAICS number must be listed on firm's in Certs & Reps SAM profile. Quotes are required to be submitted on www.FBO.gov or E-mail no later than 4 March 2019, 2:00 PM PST/5:00 PM EST. Offerors can submit their quote any time before the due date to: Rafael Rodriguez, at rafael.e.martinezrodriguez.mil@mail.mil and/or Michael Kitchell at michael.t.kitchell2.mil@mail.mil please verify receipt of your quote.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »