* This requirement for Dimensional Limestone Slabs, solicitation number W912HZ21Q6004, is cancelled. No quotes will be accepted in response to this solicitation.
* The required size of the slabs are 60”W x 60”L x 15”T.
* ERDC will be responsible to unload the slabs upon delivery.
* Attachment 03, ASTM C-241 Test Report has been added to the solicitation attachments.
The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Geotechnical & Structures Laboratory (GSL), Structural Mechanics Branch (SMB) has been tasked by the US Combatting Terrorism Technical Support Office (CTTSO) to evaluate the performance of limestone building materials when subjected to demolition and explosion. As part of this research, dimensional limestone slabs will be used to investigate the large-scale effects of a binary explosive on structures at-range. The GSL requires ten (10) limestone test blank slabs and up to ten (10) additional slabs (options).
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. W912HZ21Q6004 is being issued as a Request for Quote (RFQ) with the intent to issue a single Firm-Fixed Price Contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. This procurement is being competed as a 100% Small business Set-Aside. The North American Industry Classification System Code for this procurement is 212311 – Dimension Stone Mining and Quarrying with a Size Standard of 500 Employees. This procurement is being conducted in accordance with regulations at FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures.
Potential vendors may access the following attachments below:
Attachment 01 (Description of Requirement)
Attachment 02 (Quote Submission Form)
In accordance with the attached Description of Requirement (DOR) (Attachment 01), an award for this acquisition will be provided to the vendor whose quote is the Lowest Priced of those determined to be Technically Qualified.
FAR 52.212-2 - Evaluation -- Commercial Items (Jan 1999)
(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:
1) Technical - Providing items that at least meet the minimum specifications as defined in Attachment 01
2) Price
The vendor must submit the following so the Government can evaluate the offeror’s technical acceptability:
1) Technical – Sufficient information to determine that the proposed services are in accordance with the DOR and that the vendor is capable of meeting the requirements of the DOR. (Attachment 01)
2) Must include a completed Quote Submission Form (Attachment 02).
It is incumbent upon the quoter to submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the government to determine technical capability and quoted price may be cause for rejection of your quote.
SAM Registration:
Pursuant to FAR Provision 52.204-7, prior to award quoters shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at https://sam.gov/SAM/
Before a complete evaluation of your quote can be made the Offeror must provide "Offeror Representations and Certifications" for their company. The preferred method for providing Reps & Certs is to include this information in your SAM registration. Offerers who do not include their Reps & Certs in their SAM registration must print, complete, and include FAR Clause 52.212-3 Alt I, Offeror Representations and Certifications - with their quote package.
The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil.
The following provisions apply to this acquisition:
52.204-99 System for Award Management Registration (DEVIATION)
52.212-1 Instructions to Offerors-Commercial Items
52.212-2 Evaluation-Commercial Items
52.212-3 Offerors Representations and Certifications- Commercial Items
The following clauses apply to this acquisition:
252.203-7002 Requirement to Inform Employees of Whistleblower Rights
252.204-7003 Control Of Government Personnel Work Product
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.243-7001 Pricing Of Contract Modifications
Additionally, the following clauses/provisions located within FAR 52.212- 5 apply to this acquisition:
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
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 Equal Opportunity for Workers with Disabilities
52.222-50 Combating Trafficking in Persons
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration
Offers are due by email to [email protected].