(I) 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.
(II) Solicitation W912JB-14-T-4202 is issued as a Request for Quote (RFQ).
(III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-72.
(IV) This requirement is being issued as a 100% small business set aside. The associated NAICS code for this acquisition is 212393; Standard Industrial Classification code is 3295; Small Business size standard is 500 employees.
(V) SCHEDULE OF SUPPLIES/SERVICES:
Road Salt (Rock) with yellow or blue prussiate of soda. Bulk road salt shall have the following additives; Blue or Yellow Prussian (Ferrocyanide)
Qty: 500 U/I: Tons
(VI) This solicitation is for the purchase of Road Salt (Rock)
(VII) FOB point is Destination to Selfridge Air National Guard Base, MI 48045 with deliveries scheduled between January 2014 - April 2014 in 50-100 Ton increments to CE Open Storage Yard #1 on Ammo Rd.
(VIII) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation.
(IX) Quotes will be technically evaluated for conformance with the requirements of paragraph (V). Technical acceptance will be determined on a pass/fail basis. The government intends to award a contract to the lowest priced technically acceptable quote without discussions. The government, however, reserves the right to conduct discussions if deemed in the best interest of the government.
(X) Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://sam.gov/.
(XI) The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation.
(XII) The following clauses in their latest editions apply to this acquisition:
FAR
52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders
52.204-7, System for Award Management
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13, System for Award Management Maintenance
52.211-8 -- Time of Delivery (Jun 1997)
(a) The Government requires delivery to be made according to the following schedule:
REQUIRED DELIVERY SCHEDULE
ITEM NO. QUANTITY WITHIN DAYS AFTER DATE OF CONTRACT
0001 Increments of 50-100 tons as requested 400 Tons total 1 Day ARO for first delivery, remainder between Jan 2014 - April 2014
0002 Increments of 50-100 tons as requested 100 Tons total Feb 2014 - April 2014
The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. The Government reserves the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule above will apply.
OFFEROR'S PROPOSED DELIVERY SCHEDULE
ITEM NO. QUANTITY WITHIN DAYS AFTER DATE OF CONTRACT
(b) Attention is directed to the Contract Award provision of the solicitation that provides that a written award or acceptance of offer mailed, or otherwise furnished to the successful offeror, results in a binding contract. The Government will mail or otherwise furnish to the offeror an award or notice of award not later than the day award is dated. Therefore, the offeror should compute the time available for performance beginning with the actual date of award, rather than the date the written notice of award is received from the Contracting Officer through the ordinary mails. However, the Government will evaluate an offer that proposes delivery based on the Contractor's date of receipt of the contract or notice of award by adding
(1) five calendar days for delivery of the award through the ordinary mails, or
(2) one working day if the solicitation states that the contract or notice of award will be transmitted electronically. (The term quote mark working day quote mark excludes weekends and U.S. Federal holidays.) If, as so computed, the offered delivery date is later than the required delivery date, the offer will be considered nonresponsive and rejected.
(End of Clause)
52.211-16 -- Variation in Quantity (Apr 1984).
(a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause.
(b) The permissible variation shall be limited to:
______3____ Percent increase
______3____ Percent decrease
This increase or decrease shall apply to Each Ton.
(End of Clause)
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
52.222-19, Child Labor - Cooperation with Authorities and Remedies
52.222-21, Prohibition of Segregated Facilities
52.222-26, Equal Opportunity
52.222-36, Affirmative Action for Workers with Disabilities
52.222-50, Combating Trafficking in Persons
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
252.225-7036 Alt I, Buy American-Free Trade Agreements--Balance of Payments Program
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.247-34, F.O.B. - Destination
52.252-2, Clauses Incorporated by Reference
52.252-6, Authorized Deviations in Clauses
DFARS
252.203-7000, Requirements Relating to Compensation of Former DoD Officials.
252.203-7002, Requirement to Inform Employees of Whistleblower Rights
252.204-7004 Alt A, Central Contractor Registration
252.209-7999, Prohibition against contracting w/Corps that have unpaid delinquent tax liability or a felony conviction.
252.211-7003, Item Identification and Valuation
252.232-7003, Electronic Submission of Payment Requests
252.232-7010, Levies on Contract Payments
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84)
252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375)
252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417)
252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631)
252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631)
Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract.
(XIII) The following additional provisions are incorporated by reference:
52.214-31, Facsimile Bids
52.219-1 Alt 1, Small Business Program Representations
252.225-7035 Alt I, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate
(XIV) N/A.
(XV) All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: http://www.FBO.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the acquisition.army.mil web site. They will be contained in the in a document titled quote mark Questions and Answers quote mark . Offerors are requested to submit questions to the email address noted below not later than, 1:00PM EST, 28 January 2014. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in SAM (http://www.sam.gov). Quotes are due to the 127 MSC 43200 Maple Street, BLDG. 105, Selfridge ANG Base, Michigan 48045, by 2:00 P.M. EST, 28 January 2014. All responsible sources may submit a response which, if timely received must be considered by the agency. Emailed quotes will be accepted at
[email protected] or by fax at 586-239-4300. Point of Contact for this solicitation is Tami McKenney at 586-239-5989.
Road Salt (Rock) with yellow or blue prussiate of soda. Bulk road salt shall have the following additives; Blue or Yellow Prussian (Ferrocyanide)
Bid Protests Not Available