The RFP Database
New business relationships start here

Gravel Crushing - Hiawatha National Forest


Wisconsin, United States
Government : Federal
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; proposals are being requested and a written solicitation will not be issued.

This solicitation is issued as a Request for Quote (RFQ) and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2019-01, 1/22/2019.

This procurement is a total small-business set aside. The NAICS code is 212319 and the Small Business Size Standard is 500 employees.

Description of Requirement:
The Hiawatha National Forest announces an opportunity for gravel crushing. The work consists of crushing and/or processing and stockpiling aggregate surfacing material on the Hiawatha National Forest in the Supe Pit, T46N, R5W, Section 5, Chippewa Township, Chippewa County. The existing 23A (1,300 cyds) and 1-inch Minus (2,700 cyds) crushed aggregate shall be processed to produce material meeting the specifications and gradation of MDOT 23A. The existing processed materials are sandy and lacking binder material. Work will include providing and furnishing all supplies, supervision, labor, equipment, transportation, plant, incidentals and materials necessary to furnish the completed product unless specifically listed in the specifications. See attached Statement of Work and map for further specifications.

Delivery Details/Period of Performance:
The Government intends to award a fixed price contract with estimated award date of April 30, 2019. Work may begin two weeks after award as long as weight restrictions are lifted. Contractor must complete all work and demobilized from the site by August 31, 2019. See attached Statement of work and maps for further specifications. All labor costs must be in compliance with the attached Federal Wage Determination.

Schedule of Items:
(See OFFER SUMBISSION PACKAGE attachment for Schedule of Items to be completed for offer submission as well as other requirements.)
             QUANTITY (CYD) OF EXISTING MATERIAL 
             TO BE PROCESSED                                    UNIT PRICE/CYD TOTAL AMOUNT
ITEM 1           4,000

Vendors must be registered in Systems for Award Management (SAM) prior to receiving a government contract (formerly Central Contractors Registration or CCR). See www.sam.gov for details - this may take up to 2 weeks and requires a DUNS number, so it is highly recommended that interested parties register immediately in order to avoid any delays in award.

All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP.

ALL QUESTIONS MUST BE IN WRITING. Please submit all questions to Erin Garcia at erin.garcia@usda.gov. Questions and answers will be posted to FBO and is the contractor's responsibility to remain up to date on all Q&As as well as any potential resulting amendments. All questions must be received not later than three days prior to the solicitation close date, or the government is under no obligation to review and/or address the questions.


Further provisions, clauses, and addenda including, but not limited to, commercial provisions 52.212-1, 52.212-2, 52.212-3 and commercial clauses 52212-4, 52.212-5 are incorporated in the attached solicitation. Those that are incorporated by reference can be viewed in full text at https://www.acquisition.gov/far

52.212-2 Evaluation - Commercial Items (OCT 2014)
(a) 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, price and other factors considered. The following factors shall be used to evaluate offers:
• Past Performance;
• Experience;
• Capability to meet the government requirement;
• Biobased Purchasing; and
• Price and overall cost the the government


Technical and past performance factors, when combined, are equal to price.
Offer Submission Information:

The Government may issue an order to other than the lowest offeror, waive minor informalities or irregularities in offers received, or elect not to award at all. If necessary, the Government may conduct discussions with any or all offerors. It is in the offeror's best interest to fully respond to the Experience Questionnaire since an order may be issued based on information received, without further discussion.

Award will be made on a Best Value basis and offers shall at a minimum, contain the items described in this section. Each offer shall contain sufficient information to enable a thorough evaluation.

To be considered responsive, contractor must submit the following with offer:
(1) Completed Schedule of Items, with pricing, including Offeror name, address, DUNS number, telephone number and name of contact person; and
(2) Experience and Capabilities Questionnaire to define non-price evaluation factors and elements. Offeror must respond to the other factors as described under FAR 52.212-2 Evaluation Commercial Items (OCT 2014). This includes equipment make, model, capacity and bucket size when applicable and Biobased purchasing; and
(3) Offerors shall include representations in FAR 52.209.11; and
(4) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) online at www.sam.gov.

All offers must be received by 5:00pm Eastern on April 26, 2019
Please submit one complete copy of the above information to:
USDA Forest Service - 12569R19Q0008
Erin Garcia, LSAT Contracting Specialist
412 Red Apple Road
Manistee, MI 49660


Offers may be submitted electronically to erin.garcia@usda.gov, Subject: 12569R19Q0008
If submitting via email please note file size limitations, formatting or other problems may hamper receipt so please verify that the contracting officer has received your quote.
No facsimile offers will be considered per (c)(1) of FAR clause 52.215-1 Instructions to Offerors -- Competitive Acquisition. (Jan 2004). Incomplete offers will not be accepted.
Contact Erin Garcia at erin.garcia@usda.gov or (231) 723-2211 x3149 with questions concerning this solicitation.

See Combined Synopsis-Solicitation and attachments for further information.


 


Erin Garcia, Contract Specialist, Phone 231-723-2211 x3149, Email erin.garcia@usda.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP