Horsham Air Guard Station - Asphalt
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 anno... 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 W912KC19Q5005 is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2019-01 and Defense Circular Number 20190215. This procurement is being issued as a small business set-aside. The North American Industry Classification System Code is 324121 with a size standard of 500 employees. This acquisition is 100% set aside for small business concerns. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Location of performance will be at Horsham Air Guard Station, Horsham PA. The following is needed: CLIN 0001 - 370 TON - 9.5mm SUPERPAVE hot-mix asphalt surface course, delivered live-bottom feed direct to paver (meets PennDOT Publication 408, Section 410 and Publication 27 requirements for materials, mix design, batching and delivery) CLIN 0002 - 370 TON - 25mm SUPERPAVE hot-mix asphalt base course, delivered live-bottom feed direct to paver (meets PennDOT Publication 408, Section 409 and Publication 27 requirements for materials, mix design, batching and delivery) CLIN 0003 - 735 TON - PennDOT 2A Modified surface aggregate base course (meets PennDOT Publication 408, Section 703 requirements for gradation and properties) Additional Requirements: 1. Material Deliveries will be no earlier than 7:00 AM EST and no later than 2:00 PM EST 2. Asphalt on-call delivery shall include hot-mix asphalt to be delivered directly into the asphalt paver, Asphalt delivery trucks will remain with paver until empty ATTN: Not dump-and-go 3. Paving to take place between May, 2019 and July, 2019. Deliveries will be split among different days, however all deliveries will be complete by July 31, 2018. 4. Aggregate on-call deliveries will be by request and delivered directly to Jenny Street and/or McGuire Street between May 27, 2019 and July 31, 2019 unless otherwise coordinated. 5. Final call for all deliveries will be done by TSgt Derbyshire (215-323-8315 or 484- 614-5631). 48 hour notice provided. Delivery shall occur within 1 hour of agreed upon delivery time. 6. Drivers must complete base vetting agreement, contractor credential application (see attached) and bring valid driver's license and registration to be authorized entry to the installation. Drivers will not be permitted entry to the installation without prior authorization and approval. Material Specifications: • PennDOT 2A Modified surface aggregate base course (meets PennDOT Publication 408, Section 703 requirements for gradation and properties) • 9.5mm SUPERPAVE hot-mix asphalt surface course, delivered live-bottom feed direct to paver (meets PennDOT Publication 408, Section 410 and Publication 27 requirements for materials, mix design, batching and delivery) • 25mm SUPERPAVE hot-mix asphalt base course, delivered live-bottom feed direct to paver (meets PennDOT Publication 408, Section 409 and Publication 27 requirements for materials, mix design, batching and delivery) It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. To receive an award of contract the offeror must be registered in System for Award Management (SAM) database which can be accessed at the website https://sam.gov/portal/SAM QUOTES WILL BE EVALUATED ON TECHNICAL ACCEPTABILITY AND LOWEST PRICE Primary Point of Contact is: Marie Haydak- E-Mail: marie.e.haydak.mil@mail.mil, Phone: (215) 323-7105 Alternate Point of Contact is: Geoffrey Janavaris- E-Mail: geoffrey.a.janavaris.mil@mail.mil, Phone: (215) 323-7105 It is the responsibility of the vendor to ensure the quote and questions was received by 111th Contracting Office on time. The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference: Provisions: FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018). 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Aug 2018); FAR 52.233-2, Service of Protest (Sep 2006); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 252.204-7007 Alternate A, Annual Representations and Certifications (Apr 2019); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012); DFARS 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005) Clauses: FAR 52.202-1, Definitions (Nov 2013); FAR 52.203-5, Covenant Against Contingent Fees (May 2014); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.203-7, Anti-Kickback Procedures (May 2014); FAR 52.204-7, System for Award Management (Oct 2018); FAR 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015); FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212?1, Instructions to Offerors-Commercial Items (Oct 2018); FAR 52.212?2, Evaluation-Commercial Items (Oct 2014); FAR 52.212?3 Alternate I, Offeror Representations and Certifications-Commercial Items (Oct 2018); FAR 52.212?4, Contract Terms and Conditions-Commercial Items (Oct 2018); FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2018); FAR 52.219?6, Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018); FAR 52.222?21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222?50, Combating Trafficking in Persons (Jan 2019); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.225?13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.225-18, Place of Manufacture (Aug 2018); FAR 52.232-1, Payments (Apr 1984); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018); FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); FAR 52.233?3, Protest After Award (Aug 1996); FAR 52.233?4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.243-1, Changes - Fixed Price (Aug 1987); FAR 52.244-6, Subcontracts for Commercial Items (Jan 2019); FAR 52.252?2, Clauses Incorporated by Reference (Feb 1988); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.203?7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016); DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010); DFARS 252.225-7001, Buy American and Balance of Payments Program (Dec 2017); DFARS 252.225-7048, Export-Controlled Items (Jun 2013); DFARS 252.232?7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018); DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Dec 2018); DFARS 252.232?7010, Levies on Contract Payments (Dec 2006); DFARS 252.247?7023, Transportation of Supplies by Sea (Feb 2019). Provisions and Clauses for this synopsis/solicitation can be found in full text at http://farsite.hill.af.mil/.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »