Supply and Deliver Concrete for
Whiskeytown National Recreation Area
This is a combined synopsis/solicitation for the supply and delivery of 125 yards of concrete, a commercial item, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2019-03 as of July 12, 2019. Quotations are requested via this notice only. A written solicitation will not be issued. The solicitation number is 140P8419Q0109 and is issued as a request for quotation (RFQ). This acquisition is 100% set-aside for small businesses. The North American Standard Industrial Classifications System Code is 327320 with an associated small business size standard of 500 employees. The Government intends to award a firm fixed price contract to a single vendor determined to be responsive and responsible. In addition, you must be registered in the System for Award Management (SAM) website at https://www.sam.gov/.
DESCRIPTION: The Contractor shall supply and deliver 125 yards of concrete to the National Park Service (NPS), Whiskeytown National Recreation Area (WHIS). This a supply contract. No site preparation, forming or finishing is included in this requirement.
DELIVERY: Contractor shall coordinate delivery dates and quantities with the Roads, Trails and Lake Supervisor at 530-242-3423. Delivery shall be made between the hours of 8:00 a.m. and 4:30 p.m. Monday through Friday, excluding holidays. Provide 24-hour advance notice for delivery. NPS staff will provide the locations of concrete clean-out stations.
LOCATION: Carr Powerhouse Sidewalk and Plaza - WHIS is located eight miles west of Redding California off State Hwy 299 West. The delivery location is approximately seven miles from the park's east boundary on State Hwy 299 and easily accessible. From I-5 heading north, merge onto CA-44 via EXIT 678 toward Eureka. Turn right onto CA-299 W/CA-273 N/Pine ST. CA-299 W is just past East St on the corner. Take the first left onto Eureka Way/CA-299 W/CA-273N. Continue to follow Eureka Way/CA-299 (9.3 mi). From the Park boundary on State Hwy 299, proceed approximately 7 miles turning left onto the Carr Powerhouse Road. Proceed approximately 1 mile to the Plaza's parking area just to the side of the powerhouse and just before reaching the Carr Powerhouse. The GPS coordinates are 40°38'49.4"N 122°37'37.1"W
PERIOD OF PERFORMANCE: Deliveries are required between August 29, 2019 and December 31, 2019
SPECIFICATIONS: Mix for the location listed must provide color additive consistent with NPS color standards. Design mix per yard shall be as follows and consistent with each delivery and pour. Five bags Cement, 3/4" Minus Aggregate, 6% +/- 1 1/2% Air Entrainment, Integral Color that matches "Brick Form® Color Hardener CH-755 Driftwood," and Retarders, Accelerators and/or Water Reducing Agents determined by the Batch Plant that will allow for a "Normal Set Time" based on the weather conditions on any given scheduled pour date. The Contractor shall provide a color sample that represents the mix design to the Contracting Officer's Representative (COR) for approval. The Contracting Officer (CO), COR, or NPS Project Field Inspector must approve all materials and specifications, or any concrete batch changes.
GENERAL: Contractor will be issued park pass for the duration of the project. After hour and / or weekend work must be pre-approved by the COR and access keys may be issued if needed. Weekend work is not typical. Contractor is not allowed to establish or set up a construction camp within the park. Contractor will stage in designated parking lot spaces or a designated area close to the worksite, which will be determined by the COR. All equipment working in the park will be washed, weed free and inspected by the COR or designee. Contractor will pressure wash undercarriage of all equipment prior to entering the park. Electricity will not be provided and is the responsibility of the Contractor. Generators may be used after 9am. The site will be accessible Monday through Friday unless otherwise approved by the COR. Temporary fencing, flagging and barricades may be placed by the NPS when necessary to safely secure the worksite. The site is to remain open during construction. The contractor shall conduct his operations to avoid inconvenience of, and ensure the safety of, park visitors and the public. Confine materials and supplies within the worksite and parking spaces provided. Additional storage areas will be designated by the NPS if needed. The Contractor must protect all natural resources including trees and plants within the worksite. If natural resource damage occurs, the Contractor is responsible for the restoration, repair or replacement of any damaged resources at no additional expense to the government.
HAULING RESTRICTIONS: Comply with all legal load restrictions in the hauling of materials. Load restrictions on park roads are identical to the State load restrictions. The Park Superintendent may impose additional regulations. Information regarding rules and regulations for vehicular traffic on park roadways may be obtained from the office of the Park Superintendent. A Special permit will not relieve the contractor of liability for damage, which may result from moving equipment. Legal disposal of excess concrete within the drum (clean-out) is the responsibility of the contractor. Designated clean out locations will be identified by the COR or Field Inspector.
PAYMENT: Multiple invoices are acceptable. The vendor shall submit invoices via the IPP payment system. Payment will be made by electronic funds transfer generated by the US Treasury.
TERMS AND CONDITIONS: The following FAR provisions and clauses apply:
52.204-7, System for Award Management
52.204-13, System for Award Management Maintenance
52.204-16, Commercial and Government Entity Code Reporting
52.204-18, Commercial and Government Entity Code Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
52.212-1, Instructions to Offerors -- Commercial Items;
52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless "Certs & Reps" section of the contractor's www.sam.gov record is completed in full)
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 (within 52.212-5, applicable clauses are the following:
52.219-6, Notice of Total Small Business Aside
52.219-13, Notice of Set-Aside of Orders
52.219-28, Post Award Small Business Program Rerepresentation
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
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-System for Award Management)
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.242-15 Stop-Work Order
52.242-17, Government Delay of Work
Full text versions of all FAR references and clauses are available at http://farsite.hill.af.mil/vmfara.htm
Contractor Performance Assessment Reporting System (CPARS)
CPARS is a web-based system that allows for electronic processing of performance evaluation reports. The reports are available for Government use in evaluating past performance as part of a source selection action in accordance with FAR 42.1500.
Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 2013)
Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: VENDOR'S ITEMIZED INVOICE. Failure to attach the required documentation as specified above will result in the IPP invoice being rejected. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email [email protected] or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation.
INSTRUCTIONS TO OFFERORS:
Quotations are due August 21, 2019 at 4:00 pm and must include the following information:
1. Company name and DUNS number, Contact name, phone number and e-mail
2. Pricing for all items. Use the included Quote Sheet or your company's format. Quotes must include all of the information listed on the Quote Sheet. Include your standard commercial terms and conditions regarding delivery fees, unloading and standby time and fees, short load fees, etc.
3. Past Performance information as described below in OFFER EVALUATIONS
4. Acknowledgement of Amendments: Acknowledge all RFQ amendments (if any are posted) using one of the methods set forth in Block 11 of the amendment, Standard Form 30.
Email quotes to the attention of: [email protected]. Quotes will only be accepted through electronic mail. Confirmation of receipt of quotes sent via e-mail is the sole responsibility of the Contractor (if you have not received confirmation acknowledgement of your quote submitted by e-mail, you must contact the Contract Specialist for confirmation).
If you have any questions, please contact the Contracting Officer by August 19, 2019.
To be eligible for award, Offerors must have an active SAM record at http://www.sam.gov at the time of award, including the completed "Reps & Certs" section within their online active SAM record.
DO NOT send quotations to, or contact the default contracting office address in Denver, Colorado.
The point of contact for this solicitation is Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; email: [email protected]
OFFER EVALUATION(S):
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:
1. Technical capability of the firm to complete the work, as evidenced by providing a detailed and itemized proposal that demonstrates an understanding of the requirement.
2. Past performance (an offeror's or contractor's performance on active and physically completed contracts) as evidenced by providing references for jobs of a similar nature/scope within the last three years. Include current contact information for the customers.
3. Price
(b) Technical capability and past performance are approximately equal to cost or price.
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
RFQ 140P8419Q0109
QUOTE SHEET
Company Name_____________________________________
DUNS No._________________________________________
Phone Number______________________________________
E-Mail Address_____________________________________
If no specific line items exist for a portion of the concrete and delivery, include the costs on a related item. In case of error in calculation of extended prices, the unit price governs. In case of errors in summation, the total of the corrected amounts govern. Round totals and extended prices to whole dollars. Include your standard commercial terms and conditions regarding delivery fees, unloading and standby time and fees, short load fees, etc.
Line Description Qty Unit Cost/Unit Extended Price
1 Concrete, delivered 125 CY $ $
Additional Fees (Specify) $
__________________________________
Name & Title
__________________________________
Signature & Date