Federal Bid

Last Updated on 12 Apr 2021 at 1 PM
Combined Synopsis/Solicitation
Florida

OD Materials BPA

Solicitation ID W912EP21R0023
Posted Date 12 Apr 2021 at 1 PM
Archive Date 11 May 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Us Army Engineer District Jacksonvi
Agency Department Of Defense
Location Florida United states

COMBINED SYNOPSIS/SOLICITATION

W912EP21R0023

DESCRIPTION:

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. The Government reserves the right to award without discussions.  In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.

This is a Request for Proposal (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2021-05 (10 Mar 2021).

The U.S. Army Corps of Engineers, Jacksonville District anticipates establishing a multiple-award, non-priced Blanket Purchase Agreement (BPA) to provide the supplies listed below. It is anticipated that no less than three (3) and no more than six (6) separate agreements will be established.

This requirement is a Small Business Set-Aside in accordance with FAR Subpart 19.5.

The associated primary NAICS code is: 237990, Other Heavy and Civil Engineering Construction

Small business size standard is: $39.5 Million

The associated secondary NAICS codes are:

237310, Highway, Street, and Bridge Construction

Small business size standard is: $39.5 Million

212321, Construction Sand and Gravel Mining

Small business size standard is: 500 employees

The U.S. Army Corps of Engineers, Jacksonville District has on ongoing need for heavy and civil construction materials purchases under the applicable NAICS codes for various locations in the State of Florida and the State of Georgia. USACE SAJ is in need of various project materials, tools and ancillary services to perform a variety of projects throughout these locations. This requirement shall cover all heavy and Civil construction materials, tools and ancillary services associated with heavy and civil construction functions. A non-exhaustive list specifying frequently used materials, tools and ancillary services is included in the Description of Supplies. Additional scope information will be outlined in each BPA call.

Note: The Period of Performance of this BPA will five (5) years.

Location of Work: The work shall be performed at the contractor’s facility and in various locations in the State of Florida and the State of Georgia.

The provision at 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition.

Addendum to 52.212-1

Proposal Content – The proposal shall have a title page identifying the offeror, the full address, phone and facsimile numbers, points of contact (POCs) and Commercial and Government Entity (CAGE) code of the offeror, the solicitation number and its contents. All proposal documents when printed shall fit on 8 x 11 inch paper to include spreadsheets (with appropriate page breaks). The proposal shall be, at a minimum, 12 point font (8 point is acceptable for Tables/Graphics). Ensure the proposal is submitted in PDF format. Spreadsheets shall be submitted in Excel document format.

Proposals shall be responsive to and comply with the terms of this combined synopsis/solicitation in order to be eligible to receive an award. All combined synopsis/solicitation requirements shall be addressed in sufficient written detail for the Government to determine if the offeror understands each aspect of the Government’s requirement. The Government will reject the proposal if determined to be materially nonresponsive or that does not conform to the terms of the combined synopsis/solicitation.

To be eligible to receive an award, the proposal submitted in response to this combined synopsis/solicitation shall consist of the contents required in the sub-paragraphs described below:

a. Technical: Standards and specifications have been defined in the Description of Supplies. The Offeror shall submit a proposal that meets or exceeds all specifications identified in the Description of Supplies. Offeror’s shall provide specific assertions of capabilities relating to this requirement, and include a brief description of standard materials offered, limitations on available materials or quantities ordered for a period, capabilities to meet the delivery requirement and how delivery charges are determined, and how meterials are typically priced.

b. Past Performance: The offeror shall submit past performance questionnaires for up to three (3) contracts that the offeror currently has or has completed within the past five (5) years under which the offeror performed services as described in the performance work statement, in the public and/or private sector.  The Government intends to review past performance information from the submitted past performance questionnaires or from any source available. These sources include, but are not limited to, the Past Performance Information Retrieval System (PPIRS) and Federal Awardee Performance and Integrity Information System (FAPIIS), points of contact from the technical experience projects, or other databases, interviews with Program Managers, and interviews with Contracting Officers.

c. Price: No submission is required for the BPA. Pricing will be required and evaluated for individual BPA calls.

The provision at 52.212-2 Evaluation--Commercial Items, applies to this acquisition.

Addendum to 52.212-2

The Government anticipates establishing a multiple-award, non-priced BPA to provide the supplies listed below in accordance with the procedures authorized in FAR Part 13, Simplified Acquisition Procedures, and considering the following factors: (1) Technical; (2) Past Performance, and (3) Price.

To be eligible to receive an award, proposals submitted in response to this combined synopsis/solicitation shall consist of the contents required in the sub-paragraphs described below:

a. Technical: Standards and specifications have been defined in the Description of Supplies. The Offeror shall submit a proposal that meets or exceeds all specifications identified in the Description of Supplies and in this combined synopsis/solicitation.

Proposals will be rated as "Acceptable" or "Unacceptable" in regards to ability to meet the requirements of the combined synopsis/solicitation. Refer to Table 1 for a description of the ratings. The minimum requirements must be met in order for the technical factor to be considered acceptable and for the proposal to be considered for award.

Table 1. Technical Oustanding/Acceptable/Unacceptable Ratings

Rating

Description

Acceptable

Proposal meets the requirements of the combined synopsis/solicitation.

Unacceptable

Proposal does not meet the minimum requirements of the combined synopsis/solicitation.

b. Past Performance: The Government will evaluate offerors’ likelihood of success in performing the combined synopsis/solicitation's requirements as indicated by those offerors’ record of past performance. Past performance ratings will be based on data obtained from submitted past performance questionnaires or any available sources, such as the Past Performance Information Retrieval System (PPIRS). The Government will assign a rating as indicated below.

Table 2. Past Performance Evaluation Ratings

Rating

Description

Acceptable

Based on the offeror’s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror’s performance record is unknown. (See note below.)

Unacceptable

Based on the offeror’s performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.

NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown (or “neutral”) past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered “acceptable.”

c. Price: No submission is required for the BPA. Pricing will be required and evaluated for individual BPA calls. Individual BPA call prices will be evaluated for fairness and reasonableness through the use of price analysis.  The Contracting Officer will conduct the price analysis in accordance with FAR 13.106-3(a).

The provision at 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition.  Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.

The clause at 52.212-4 Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition.  

Additional FAR clauses cited in 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, that apply to this acquisition

  • 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I
  • 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
  • 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
  • 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended,

or Proposed for Debarment

  • 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters
  • 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
  • 52.219-6 Notice of Total Small Business Set-Aside
  • 52.219-8 Utilization of Small Business Concerns
  • 52.219-14 Limitations on Subcontracting
  • 52.219-28 Post Award Small Business Program Rerepresentation
  • 52.222-3 Convict Labor
  • 52.222-21 Prohibition of Segregated Facilities
  • 52.222-26 Equal Opportunity
  • 52.222-35 Equal Opportunity for Veterans
  • 52.222-36 Equal Opportunity for Workers with Disabilities
  • 52.222-37 Employment Reports on Veterans
  • 52.222-40 Notification of Employee Rights Under the National Labor relations Act
  • 52.222-41 Service Contract Labor Standards
  • 52.222-42 Statement of Equivalent Rates for Federal Hires
  • 52.222-50 Combating Trafficking in Persons
  • 52.222-55 Minimum Wages Under Executive Order 13658
  • 52.222-62 Paid Sick Leave Under Executive Order 13706
  • 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
  • 52.224-3 Privacy Training
  • 52.225-13 Restrictions on Certain Foreign Purchases
  • 52.232-33 Payment by Electronic Funds Transfer—System for Award Management
  • 52.233-3 Protest After Award
  • 52.233-4 Applicable Law for Breach of Contract Claim

Additional Provision that apply to this acquisition:

  • 52.203-18 Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements—Representation
  • 52.204-7 System for Award Management
  • 52.204-16 Commercial and Government Entity Code Reporting
  • 52.204-22 Alternative Line Item Proposal
  • 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law
  • 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications
  • 252.203-7005  Representation Relating to Compensation of Former DoD Officials
  • 252.204-7008  Compliance with Safeguarding Covered Defense Information Controls
  • 252.205-7000 Provision of Information to Cooperative Agreement Holders 

Additional Clauses that apply to this acquisition:

  • 52.203-3 Gratuities 
  • 52.203-19 Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements
  • 52.204-13 System for Award Management Maintenance
  • 52.204-18 Commercial and Government Entity Code Maintenance
  • 52.204-19 Incorporation by Reference of Representations and Certifications
  • 52.204-21 Basic Safeguarding of Covered Contractor Information Systems
  • 52.215-23 Limitations on Pass-Through Charges 
  • 52.232-39 Unenforceability of Unauthorized Obligations
  • 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
  • 252.201-7000 Contracting Officer's Representative 
  • 252.203-7000 Requirements Relating to Compensation of Former DoD Officials
  • 252.203-7002  Requirement to Inform Employees of Whistleblower Rights
  • 252.204-7004  Alternate A, System for Award Management
  • 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting
  • 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support
  • 252.225-7012 Preference for Certain Domestic Commodities 
  • 252.225-7048 Export-Controlled Items
  • 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns
  • 252.227-7015 Technical Data--Commercial Items
  • 252.227-7037 Validation of Restrictive Markings on Technical Data 
  • 252.232-7010 Levies on Contract Payments
  • 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel

Fill-In Clauses that apply to this acquisition:

  • 52.219-28 Post Award Small Business Program Rerepresentation

(g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:

The Contractor represents that it [  ] is, [  ] is not a small business concern under NAICS Code 237990.

  • 52.252-6 Authorized Deviations in Clauses 

(a) The use in this contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause.

(b) The use in this contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation.

Open Market pricing is required.

Anticipated Award Date is: May 14, 2021

Technical inquiries and questions relating to this combined synopsis/solicitation are due by 3:00 PM EST, April 20, 2021. Questions shall be sent via email to [email protected] and [email protected]. When submitting questions, please include the combined synopsis/solicitation number and project title.

The government reserves the right to limit and/or to not respond to any further questions pertaining to this project received after April 20, 2021. Offerors should base their offers on the information provided in the combined synopsis/solicitation and all issued amendments thereto.

All answers to technical inquiries and questions are reviewed by the Contracting Officer prior to response. Answers to technical inquiries may result in amendments to the combined synopsis/solicitation.  If an amendment is issued, it will be posted on the Government Point of Entry website (www.beta.sam.gov).

Proposals are due by 3:00 PM EST, April 26, 2021. Proposals shall be sent via email to [email protected], and [email protected].

Attached: 

Blanket Purchase Agreement

Description of Supplies

Past Performance Questionnaire

Bid Protests Not Available

Similar Past Bids

New york New york Not Specified
Location Unknown 05 Nov 2007 at 5 AM
Davis West virginia 15 Dec 2015 at 9 PM
Alaska 29 Nov 2018 at 5 AM
Warren Michigan 25 Jul 2002 at 5 AM

Similar Opportunities

Macedonia Ohio 08 Jul 2025 at 4 PM
Reston Virginia 09 Jul 2025 at 5 PM
Location Unknown 31 Jul 2025 at 8 PM
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)