The RFP Database
New business relationships start here

Base Rock-Big Cypress NP-Ochopee, FL


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

Combined Synopsis/Solicitation for Commercial Items
FAR 12.603

General Information
Document Type: Combined Solicitation/Synopsis
Solicitation #: 140P5419Q0013
Posted Date: 06 May 19
Response Date: 23 May 19
Product or Service Code: 5610 (Mineral Construction Materials, Bulk)
Set Aside: Total Small Business
NAICS Code: 212312 (Crushed and Broken Limestone Mining and Quarrying)

Contracting Office Address
NPS, SER - South MABO
40001 SR 9336
Homestead, FL 33034

Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01 (20 DEC 2018).

The associated North American Industrial Classification System (NAICS) code for this procurement is 212312, with a small business size standard of 750 employees.

THIS SYNOPSIS PAGE CONTAINS ONLY A PARTIAL AMOUNT OF INFORMATION CONTAINED IN THIS SOLICITATION. The Standard Form 18 together with this information make a complete solicitation package. Only the SF 18 needs to be submitted with your quote.

This Acquisition may result in a firm fixed price purchase order.

The South Major Acquisition Buying Office (MABO), 52105 Tamiami Trail East, Ochopee, FL 34141 is seeking to purchase rock for Big Cypress National Preserve. Contractor shall provide all labor, supervision, licenses, tools, transportation and equipment necessary to deliver approximately 1,750 tons of base rock, meeting IAW FDOT January 2017, Section 911 (Base and Stabilized Base Materials) Standard Specifications for Road and Bridge Construction. The government will maintain the stockpile and will be available at the dump site to sign delivery tickets. There is adequate room for loaders to turn around. Dump site is approximately 1/2 mile from main road via maintained gravel road.

All interested companies shall provide a quote for the lighting components listed on the attached spreadsheet and the total price on the SF 18.

All interested companies shall provide a quote for the following:

Supplies

Line Item Description Quantity U/I Unit Price Total Price

0010 Base Rock 1,750 tons _________ ___________

The delivery period of performance is 30 days after receipt of order.

Delivery shall be provided no later than 10 days after receipt of order. FOB destination. The contractor shall deliver line item(s) 0010 to Big Cypress National Preserve at the location specified below.

Delivery Location: Big Cypress National Preserve, 52105 Tamiami Trail East, Ochopee Fl. 34141. (Dump site is approximately 1/2 mile off the main road via maintained gravel road.

SITE VISIT: N/A

Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) price, and (2) past performance, which are all equally weighted. Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt.

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
1. FAR 52.212-1, B?Instructions to OfferorsB?Commercial ItemsB? (Oct 2018)
2. FAR 52.212-2, B?Evaluation B? Commercial ItemsB? (Jan 2017)

3. FAR 52.212-3, B?Offerors Representations and CertificationsB?Commercial ItemsB? (Oct 2018)

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, B?Offerors Representations and CertificationsB?Commercial Items.B? If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
-FAR 52.212-4, B?Contract Terms and ConditionsB?Commercial ItemsB? (Oct 2018)
-FAR 52.212-5, B?Contract Terms and Conditions Required to Implement Statutes or Executive OrdersB? (Oct 2018)

The following subparagraphs of FAR 52.212-5 are applicable:
The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.209-6, Protecting the GovernmentB?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644), 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)), 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)), FAR 52.219-30, FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child LaborB?Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (May 2014), 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Jul 2013)(31 U.S.C. 3332), 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67), and 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658)


DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013)

Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).

"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov.

Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, description, quantity, unit of measure, unit price and extended price of the items delivered; and delivery date and a copy of the trip tickets.

The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date.

Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131.

If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its quotation. (End of Clause)

All quoters shall complete blocks 8a through 8f, 11c through 14 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. You must include your total price, your DUNS number and acknowledge any amendments in your email submitting your quote. You must also include your completed spreadsheet with unit pricing

All quotations shall be submitted via email to Mary_Stefanos@nps.gov. Obtain emailed confirmation of offer. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received by the deadline of 10am ET on May 23, 2019).

This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received no later than 10am ET on May 23, 2019 via email to Mary_Stefanos@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

QUESTIONS: Email any questions to the Contracting Officer at mary_stefanos@nps.gov no later than 10am/EST on May 15, 2019 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted.

Point of Contact: Mary Stefanos, Contracting Officer, Mary_Stefanos@nps.gov

Stefanos, Mary

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP