Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2002 FBO #0244
SOLICITATION NOTICE

56 -- Aggregate Supply & Stockpiling - Coos Bay District, Oregon

Notice Date
8/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM OREGON STATE OFFICE PO BOX 2965 PORTLAND OR 97208
 
ZIP Code
97208
 
Solicitation Number
HAQ021038
 
Response Due
8/30/2002
 
Point of Contact
Madeline C. Small Contracting Officer
 
E-Mail Address
Email your questions to Point of Contact above or IDEASEC HELP DESK
(IDEAS_EC@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Solicitation HAQ021038 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 01-07. All responsible sources may submit a quote which will be considered. See Numbered Note(s): 1. SIC 5032; size standard of 500 employees. This will be a firm fixed-price contract for the Bureau of Land Management, Coos and Douglas Counties, Coos Bay District, Oregon. Supply, deliver and stockpile crushed aggregate as follows: BID ITEM 1, Crushed Aggregate, 1 1/2"D, 4,050 Ton; BID ITEM 2, Crushed Aggregate, 3" A, 7,350 Ton. Submit unit prices for each item with a total bid price for all items. Option for Increased Quantity - The contract allows for increased quantities not to exceed thirty percent (30%) of the total contract price. The additional quantities shall be like in all characteristics to those set forth in the contract. The location will be in close proximity to original contract locations. The Contracting Officer may exercise the option by written notice to the Contractor within the performance period specified in the Schedule of Items. Performance of the added item(s) shall continue at the same performance rate as the like item(s) called for under the contract and the contract performance period will be extended accordingly. Delivery time is 90 calendar days beginning September 9, 2002, for all items. Each item of aggregate will be stockpiled at the following locations. Bid Item 1: 1,875 Tons delivered to the Middle Creek Maintenance Shop, approximately 15 miles east of Coquille via county road to Fairview then right on Coos Bay Wagon Road, left onto Middle Creek Road and easterly 2 miles to the maintenance shop; 1,875 Tons delivered to the stockpile site along Weatherly Big Creek Road No. 22-9-14.0 at milepost 10.1; 300 Tons delivered to Tenmile Maintenance Shop along Reston Road at milepost 2.6. Bid Item 2: 1,875 Tons delivered to the Middle Creek Maintenance Shop approximately 15 miles east of Coquille via county road to Fairview then right onto Coos Bay Wagon Road, left onto Middle Creek Road and easterly 2 miles to the maintenance shop; 1,875 Tons delivered to the stockpile site along Weatherly Big Creek Road No. 22-9-14.0 at milepost 10.1; 1,200 Tons delivered to Bridge Maintenance Shop located 1/4 mile east of the Bridge School; 1,200 Tons delivered along the Signal Tree Road No. 28-9-36.0 approximately 0.8 miles from Hwy. 42; 1,200 Tons delivered to the Tenmile Shop located along Reston Road at mile post 2.6. Technical Specifications: When crushed rock material is produced from gravel, not less than 75 percent by weight of the particles retained on the No. 4 sieve will have 3 manufactured fractured faces. Crushed rock material for Item 1, shall consist of hard durable rock fragments conforming to FP 96, Table 703-2, the following gradation requirement: Aggregate Base Course Crushed Rock Material Percentage by weight passing square mesh sieves, AASHTO T 11 & T 27: Sieve Designation (SD) 1 1/2 inch, Gradation D (GD) 100; SD 1 inch, GD 97-100; SD 3/8 inch, GD 56-70; SD No. 4, GD 39-53; SD No. 40, GD 12-21; SD No. 200, GD 4.0-8.0. Crushed rock material for Item 2, shall consist of hard durable rock fragments conforming to FP 96, Table 703-2, the following gradation requirement: Aggregate Subbase Course Crushed Rock Material Percentage by weight passing square mesh sieves, AASHTO T 11 & T 27: Sieve Designation (SD) 2 1/2 inch, Gradation A (GA) 100; SD 2 inch, GA 97-100; SD 1 inch, GA 65-79; SD No. 1/2 inch, GA 45-59; SD No. 4, GA 28-42; SD No. 40, GA 9-17; SD No. 200, GA 4.0-8.0. Crushed rock material retained on the No. 4 sieve shall have a percentage of loss of not more than 35 at 500 revolutions, as determined by AASHTO T 96. Crushed rock material shall show a durability value of not less than 35 as determined by AASHTO T 210. The crushed rock material shall show a loss of not more than 25 percent by weight, when submerged in DMSO, dimethyl sulfoxide, for five days, according to Federal Highway Administration Region 10 Accelerated Weathering Test Procedure. That portion of crushed rock material passing No. 4 sieve, including blending filler, shall have a sand equivalent of not less than 35, as determined by AASHTO T 176, except where that portion exhibits a sand equivalence of less than 35, the aggregate will be accepted if it complies with the additional requirement as follows: Sand Equivalent (SE) 34, Percent Passing (PP) No. 200 Sieve 9; SE 33, PP 8; SE 32, PP 7; SE 31, PP 6; SE 30, PP5; SE 29 or less, PP 4. Option for Increased Quantity - The contract allows for increased quantities not to exceed thirty percent (30%) of the total contract price. The additional quantities shall be like in all characteristics to those set forth in the contract. The location will be in close proximity to original contract locations. The Contracting Officer may exercise the option by written notice to the Contractor within the performance period specified in the Schedule of Items. Performance of the added item(s) shall continue at the same performance rate as the like item(s) called for under the contract and the contract performance period will be extended accordingly. That portion of crushed rock material passing the No. 40 sieve, including blending filler, shall have a liquid limit of not more than 35, and a plasticity index of not less than 4 and not more than 12 as determined by AASHTO T 89 and AASHTO T 90. A minimum of one test per bid item, shall be performed by the contractor prior to aggregate delivery. Stockpile preparation and construction: Any preparation required at the stockpile sites will be performed by government work crews, including any material required to stabilize the floor of the site. The contractor shall complete the stockpile of aggregate neat and regular in form, and shall be made to occupy the smallest feasible area as staked by the Government. The side slopes shall not be flatter than 1-1/2:1. To avoid segregation of the various sizes in each stockpile, the aggregate shall be built up in layers of one to five feet in thickness. The aggregate shall be placed by truck or other approved types of equipment. Aggregate stockpiles shall be located and constructed so that no intermingling of the gradings occurs. Pushing of aggregates into piles with a bulldozer, or similar type of material moving equipment, will not be permitted. However, bulldozers or similar equipment may be used in the leveling of stockpiled aggregates. The aggregate described in these specifications will be measured and paid for by the ton using certified scales. Scale tickets shall be provided to the government representative on site. Scale tickets shall have the following information: gross and net weights, bid and pay item, date, quarry, truck number, driver. FAR provision 52.212-3, Offeror Representations and Certifications-- Commercial Items, is available at: http://www.or.blm.gov/procurement/com_cert.htm; APPLICABLE FAR CLAUSES AND OTHER PROVISIONS: 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number; 52.212-1 Instruction to Offerors - Commercial Items; 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 (including 52.203-6, 52.2l9-8, 52.219-14, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-33). Referenced clauses and provisions are available at: http://www.arnet.gov/far. Quoters shall submit signed and dated quotes, either on a SF1449 or letterhead stationary. Quotes shall be sent to Bureau of Land Management, Oregon State Office (OR952), P.O. Box 2965, Portland, Oregon 97208 by COB (4:15 p.m. local time) on or before August 30, 2002. FAX quotes will be accepted at 503-808-6312. For questions contact Madeline Small @ 503-808-6222.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=LM142201&P_OBJ_ID1=349233)
 
Place of Performance
Address: Coos and Douglas Counties, Coos Bay District, Oregon
Zip Code: 97459
Country: USA
 
Record
SN00130639-W 20020803/020801213752 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.