(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-15-T-4074 is issued as a Request for Quote (RFQ).
(III) UNFUNDED DISCLOSURE: This request for quote is for pricing only. Funds are not presently available for this requirement; FAR 52.232-18 Availability of Funds applies. The Government's obligation under this requirement is contingent upon the availability of appropriated funds from which contract award can be made. Quotes valid through 30 September 2015 are requested.
(IV) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-83-2.
(V) This requirement is being issued as a 100% small business set aside. The associated NAICS code for this acquisition is 238910; FSC 5610; Small Business size standard is $15 mil.
(VI) SCHEDULE OF SUPPLIES/SERVICES:
Quantity: 500 Cubic Yards of Topsoil Delivered
Quantity: 300 Cubic Yards of Red Mulch (Bark) Delivered
(VII) This solicitation is for the purchase of Bulk Topsoil and Red Mulch (Bark)
(VIII) FOB point is Destination to Selfridge Air National Guard Base, MI 48045
CE - Open Storage Yard #1 on Ammo Rd. 30 days ARO
(IX) The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation.
(XI) 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.
(XI) 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/.
(XII) 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
52.203-3, Gratuities
52.204-7, System for Award Management
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders
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
52.222-25, Affirmative Action Compliance
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
252.225-7001, Buy American and Balance of Payments Program
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.233-1, Disputes
52.233-3, Protest After Award
52.233-4, Applicable Law for Breach of Contract Claim
52.247-34, F.O.B. - Destination
52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form)
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
252.204-7003, Control of Government Personnel Work Product
252.204-7004 Alt A, Central Contractor Registration
252.204-7012, Safeguarding of Unclassified Controlled Technical Information
252.209-7992, Prohibition against contracting w/Corps that have unpaid delinquent tax liability or a felony conviction.
252.211-7003, Item Identification and Valuation
252.225-7001, Buy American and Balance of Payments Program
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)
252.247-7023, 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)
(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
Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract.
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 truck load.
(End of Clause)
(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 http://www.FBO.gov web site. They will be contained in the in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than, 1:00PM EST, 28 August 2015. 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 12:00 P.M. EST, 31 August 2015. 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.