Federal Bid

Last Updated on 30 Jun 2017 at 9 AM
Combined Synopsis/Solicitation
Stumpy point North carolina

Dare County Bomb Range ABC Gravel

Solicitation ID F3T1SS7123AW01
Posted Date 13 Jun 2017 at 2 PM
Archive Date 30 Jun 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4809 4th Cons Sqdn Cc
Agency Department Of Defense
Location Stumpy point North carolina United states


This amendment is to address reoccuring questions that we receive for this acquisition. 

1. Q. What is the delivery schedule?  A.  In a timely fashion, preferably within 60 days.

2. Q. What is the delivery address of the facility? A. F-15E Stomper Road, Stumpy Point, NC 27978

3. Q. Are there any truck size limitations?  A. No.

In light of this information, the solicitation has been extended from closing on 6/13/17 @ 1600 EST to closing on 6/15/17 @ 1600 EST.



Combined Synopsis/Solicitation

 

RFQ - ABC Gravel DCBR - Reference (F3T1SS7123AW01)

Requesting Agency: 4th Operations Support Squadron - 4 OSS/OSORR
F-15E Stomper Road,
Stumpy Point, NC 27978

Purchasing Agency: 4th Contracting Squadron - 4 CONS/PKB
1570 Wright Brothers Ave. Bldg 2903
Seymour Johnson AFB, NC 27531-2459

This is a combined synopsis/solicitation for a commercial item 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 written solicitation will not be issued.

This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F3T1SS7123AW01.

This requirement is being solicited as a 100% Small Business set-aside. The NAICS code for this requirement is 484220 - Specialized Freight (except Used Goods) Trucking, Local, with a size standard of $27.5M.

BID SCHEDULE:

Potential Offerors are to provide a quote for the items/services listed below:

o Quote shall include a unit and total price for the following bid schedule:

CLIN 0001 - Contractor to furnish all labor, tools, equipment, and supplies necessary to deliver 4,000 tons of ABC gravel to a fixed storage location at the Air Force Dare County Bombing Range, Stumpy Point NC 27978.

Quantity: 4,000 Unit(s): EA Unit Price: _______ Total Price: _______
Delivery Date: 30 Days ADC

*** To be considered for award, note that you or your company must be actively registered with the US Government database System for Award Management (SAM). Vendor must be registered and enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note WAWF is the ONLY ACCEPTABLE means of invoicing for payment and that no advance payments will be made. Vendors should provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with their quote. ***


Quotes are due to this office no later than 2:00p.m. Eastern Standard Time, 13 June 2017. Quotes must be sent via e-mail to [email protected], and devin,[email protected].

 

Contracting point of contact:
SSgt Jason Endicott, Contracting Specialist, TEL: (919) 722-8465, or email: [email protected]
SSgt Devin Powner, Contracting Officer, TEL: (919) 722-1766, or email: [email protected]
____________________________________________________________________________________________

Instructions to Offerors:

QUOTE SPECIFICS:
All quotes must include the following information:
1. Quote shall include the contractors Price Quotation as follows:
a) Contractor's Unit and Total Price relating to CLIN 0001 above.
i. Vendors must note that separate Contract Line Item Numbers (CLINs), are not prescribed for purpose of associated costs entailing taxes, fees, transportation, delivery, etc. Accordingly, quoted unit pricing for requirements at the CLIN level under this solicitation, shall be all inclusive of all associated costs (i.e. all material, transportation, labor, delivery, etc.)
b) Discount for prompt payment - if any
2. Company Point of Contact with name, address, email address, and telephone number.
3. Quotes must be valid for a period of no less than 45 days.

NOTE: Vendor specific terms and conditions that may be contingently proposed for subsequent inclusion into the contract will not be considered by the Government in its evaluation of quotations. This aspect also includes the Government's exclusion from requests by vendors to enter into supplemental agreements from their respective company in order to conduct business under a resultant contract award. Vendors that are not able to comply with the aforementioned conditions will be determined as noncompliant with the solicitation requirements and therefore may be removed from consideration for award.

(End of Provision)


Evaluation of Quotes: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided:

EVALUATION

(a) The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations:

1. Price Quotation

(b) Basis of Award: The award will be made to the vendor whose quotation represents the best value to the government.
(End of Provision)

 

 

In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations.

A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer.

When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred.

If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer.


The following clauses and provisions apply to this solicitation:

FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Vendor is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/
FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/

AFFARS 5352.201-9101 Ombudsman

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Lt Col Lateef M. Hynson, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5372, facsimile number (757) 764-4400, Email address: [email protected]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.


(End of clause)

AFFARS 5352.242-9000 Contractor Access to Air Force Installations

(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.

(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, Social Security Number, and a letter from 4 CONS to obtain a vehicle pass.

(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.

(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management citing the appropriate paragraphs as applicable.

(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.

(f) Failure to comply with these requirements may result in withholding of final payment.

(End of clause)

Federal Acquisitions Regulation (FAR) Provisions and Clauses:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management
52.204-18 Commercial And Government Entity Code Maintenance
52.204-19 Incorporation By Reference Of Representations 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
52.211-5 Material Requirements
52.211-17 Delivery Of Excess Quantities
52.212-4 Contract Terms and Conditions--Commercial Items
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Deviation 2013-O0019)
52.219-1 Small Business Program Representations
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
52.222-50 Combating Trafficking In Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.223-3 Hazardous Material Identification And Material Safety Data
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
52.232-8 Discounts For Prompt Payment
52.232-11 Extras
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.232-34 Payment by Electronic Funds Transfer--Other Than System for Award Management
52.232-37 Multiple Payment Arrangements
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
52.242-17 Government Delay Of Work
52.244-6 Subcontracts For Commercial Items
52.247-34 F.O.B. Destination
52.252-2 Clauses Incorporated By Reference
52.252-4 Alterations In Contract
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations In Clauses
52.253-1 Computer Generated Forms

Department of Defense Federal Acquisition Regulations (DFAR):
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 Alternate A, System for Award Management
252.204-7012 Safeguarding Of Unclassified Controlled Technical Information
252.204-7015 Disclosure Of Information To Litigation Support Contractors
252.209-7998 Representation Regarding Conviction of a Felony Criminal
252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
252.211-7003 Item Unique Identification And Valuation
252.223-7001 Hazard Warning Labels
252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials--Basic
252.223-7008 Prohibition Of Hexavalent Chromium
252.225-7048 Export-Controlled Items
252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports
252.232-7006 Wide Area Workflow Payment Instructions
252.232-7010 Levies On Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7001 Pricing Of Contract Modifications
252.244-7000 Subcontracts For Commercial Items
252.246-7000 Material Inspection And Receiving Report
252.247-7023 Transportation Of Supplies By Sea-Basic

Air Force Federal Acquisition Regulations (AFFAR):
5352.223-9001 Health and Safety on Government Installations

The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil

 

 

 

 

Bid Protests Not Available

Similar Past Bids

Stumpy point North carolina 15 Jul 2020 at 4 PM
Goldsboro North carolina 09 Sep 2003 at 5 AM
Location Unknown 29 Jun 2015 at 6 PM
Stumpy point North carolina 22 Jul 2013 at 7 PM
Stumpy point North carolina 29 Mar 2004 at 5 AM

Similar Opportunities

Tinker air force base Oklahoma 17 Jul 2025 at 8 PM
Location Unknown 06 Jan 2026 at 5 PM
Fort smith Arkansas 11 Jul 2025 at 3 PM
Georgia 24 Jul 2025 at 3 PM
Warner robins Georgia 17 Jul 2025 at 3 AM