The RFP Database
New business relationships start here

Asphalt BPA


California, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) Solicitation # FA461018T0007.

Submit written offers IAW CLIN structure outlined in announcement. Quote template sheet will be provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-98 and DFARS DPN 20180601. North American Industrial Classification Standard (NAICS) 324121 and Size Standard of 500 Employees apply to this procurement.


*Please note in accordance with FAR 13.303-2(c)(1), the Government intends to establish BPAs with more than one (1) supplier to provide maximum practicable competition. Purchases against the awarded BPAs may be competed and/or rotated among the awardees.


Project Number: FA461018T0007
Project Title: Asphalt BPA


1. Quotes should conform to the CLIN structure as established in this synopsis/solicitation. Offerors must provide a cost for all items listed in the attached Statement of Work (SOW).
2. Quotes shall be valid through 8/31/2018.
3. Please see attached documents for detailed description of requirements.
4. All questions or comments must be provided to the Contract Specialist (CS) and the Contracting Officer (CO) in writing via email NLT 25 June 2018. Answers will be posted NLT 27 June 2018. Telephone and other means of oral communication will not be permitted. CS is Betty Tobias, betty.tobias.1@us.af.mil; CO is Jeffrey Powell, jeffrey.powell.4@us.af.mil.


The contract will be Blanket Purchase Agreement (BPA) with the CLIN structure reflected below. The period of performance will be from 01 August 2018 through 21 April 2023.


CLIN 0001 -Type B 3/8" HMA PG-64-10 OIL
CLIN 0002 -Type B 1/2" HMA PG 64-10 OIL
CLIN 0003 -Type B 3/4" HMA PG 64-10 OIL
CLIN 0004 -SC 800 OIL Cold Mix
CLIN 0005 -Fees
CLIN 0006 -SS1H Tack Coat Bonding Agent


*Please reference RFQ template for pricing details


Estimated annual use of asphalt (of all aggregate sizes) by Vandenberg AFB, CA is 995 tons.
*Due to the temperature requirement of asphalt, potential vendors will need to be approximately 45 minutes from Vandenberg AFB, Ca.


The following clauses are incorporated by reference in the final award:
52.203-9 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.204-18 Commercial and Government Entity Code Maintenance
52.204-19 Incorporation by Reference of Representation and Certifications
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred,
Suspended, or Proposed for Debarment
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.212-4 Contract Terms and Conditions-Commercial Items
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Representation
52.222-3 Convict Labor
52.222-21 Prohibition of Segregated Facility
52.222-26 Equal Opportunity
52.222.35 Equal Opportunity for Veterans
52.222-36 Equal Opportunity for Workers with Disabilities
52.222-37 Employment Reports on Veterans
52.222-50 Combat Trafficking in Persons
52.223-5 Pollution Prevention and Right-To-Know Information
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225-13 Restrictions on Certain Foreign Purchases
52.232.39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control of Government Personnel Work Product
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials
252.223-7008 Prohibition of Hexavalent Chromium
252.225-7001 Buy American Act & Balance of Payments
252.225-7002 Qualifying Country Sources as Subcontractors
252.225-7048 Export-Controlled Items
252.232-7010 Levies on Contract Payments
252.244-7000 Subcontracts for Commercial Items
252.247-7023 Transportation of Supplies by Sea


The following clauses are incorporated by full text in the final award:
52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders
Fill-in text:
(xi):X
N/A (B)
52.252-2 Clauses Incorporated by Reference
Fill-in Text:
http://farsite.hill.af.mil/
52.252-6 Authorized Deviations in Clauses
(b) Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2)
252.232-7006 Wide Area Workflow Instructions
5352.201-9101 Ombudsman
Fill-in Text:
(c): AFICA/ KS SCO, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil.
5352.223-9001 Health and Safety on Government Installations
5352.242-9000 Contractor Access to Air Force Installations
(b): When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration and a valid vehicle insurance certificate to obtain a vehicle pass. If the state issued license is not REAL ID Act compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act Compliant states/identification can be found at: https://www.dhs.gov/current-statusstates-territories (c): AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management
(b): No Additional Items
(c): AFI 31-501


The following clause for purchase orders with options is incorporated by reference in the final award:
52.232-18 Availability of Funds


The following provisions are incorporated by reference in this solicitation:
52.204-7 System for Award Management
52.204-16 Commercial and Government Entity Code
52.212-1 Instructions to Offerors - Commercial Items
252.203-7005 Representation Relating to Compensation of Former DoD Officials
252.204-7004 Alternate A, System for Award Management
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls
252.204-7011 Alternative Line Item Structure


The following provisions are incorporated by full text in this solicitation:
52.212-2 Evaluation - Commercial Items
Fill-in Text:
(a): Price
52.212-3, Alt I Reps & Certs
52.252-1 Provisions Incorporated by Reference
Fill-in Text:
http://farsite.hill.af.mil/
52.252-5 Authorized Deviations in Provisions


Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award. All quotes should be good through 8/31/2018. Quotes must be sent to Betty Tobias, betty.tobias.1@us.af.mil no later than 12:00 PM PST on 09 July 2018.



Jeffrey Powell
Contracting Officer



Attachments
1. RFQ Template
2. Statement of Work


Betty Tobiias, Phone 8056066716, Email betty.tobias.1@us.af.mil - Jeffrey Powell, Contracting Officer, Phone 805-606-6966, Email jeffrey.powell.4@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP