Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2002 FBO #0285
SOLICITATION NOTICE

56 -- Stone, Aggregate base course; Ballast; Screenings

Notice Date
9/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Operations Support Command, 1 Rock Island Arsenal, Rock Island, IL 61299-5000
 
ZIP Code
61299-5000
 
Solicitation Number
DAAA09-02-R-3038
 
Point of Contact
Julie Schmoll, (309)782-8588
 
E-Mail Address
Email your questions to US Army Operations Support Command
(schmollj@osc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items 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; proposals ar e being requested and a written solicitation will not be issued. This synopsis/solicitation is issued as Request for Proposal (RFP) DAAA09-02-R-3038 for the following: Item 0001 Stone, Aggregate Base Course. The aggregate base course material shall consis t of an intimate mixture of graded aggregate, course and fine, and shall be practically free from vegetable or other deleterious substances. Course aggregate (material retained on a No. 10 sieve) shall consist of sound, tough durable particles or fragments of gravel, stone, mine chats, disintegrated granite, crushed concrete, or a combination thereof. Fine aggregate shall be sand, stone dust, or other inert finely divided mineral matter. Gradation of stone as follows: 100% passing 1 1/2 inch sieve, 40-100% passing 3/4 inch sieve, 30-75% passing 3/8 inch sieve, 25-60% passing no. 4 sieve, 20-43% passing No. 10 sieve, 8-26% passing No. 40 sieve, and 4-12% passing No. 200 sieve. Material passing the No. 200 sieve shall not be greater than 2/3 of the amount of m aterial passing the No. 40 sieve. The aggregate shall have a percent wear, Los Angeles Abrasion Test of not more than 50. Characteristics of material passing the No. 40 sieve: The plasticity index shall not exceed 6; the Liquid limit shall not exceed 25. I tem 0002 Ballast. No. 4 Ballast material general requirements: The ballast material shall be crushed stone composed of hard strong and durable particles, free from injurious amounts of deleterious substances and conforming to the requirements of these spe cifications. Gradation of stone as follows: 100% passing 2 inch sieve, 90-100% passing 1 1/2 inch sieve, 20-55% passing 1 inch sieve, 0-15% passing 3/4 inch sieve, 0-3% passing 3/8 inch sieve. The aggregate shall have a percent wear, Los Angeles Abrasion T est of not more than 50. Item 0003 Screenings. Screenings, aggregate material shall consist of a crusher run stone. Gradation as follows: 100% passing 3/8 inch sieve. The aggregate shall have a percent wear, Los Angeles Abrasion Test of not more than 50. Characteristics of material: The plasticity index shall not exceed 6. The Liquid limit shall not exceed 25. The contracting office anticipates awarding a Requirements Type Contract with a base year and four one-year options. Quantity: Item 0001: a min imum quantity of 0 Tons and a maximum quantity of 82,000 tons. The 82,000 tons required shall be distributed as follows: Approximately 47,000 tons to Zone 1 (original pad north of Bldg. 90), 20,000 tons to Zone 2 (C-Tree and 3 D Road), 8,000 tons to Zone 3 (E Road between 7 & Ashland Roads), and 7,000 tons to Zone 4 (D and 6 Road). Item 0002: A minimum quantity of 0 tons, and maximum quantity of 16,000 tons. All Ballast will be delivered to Zone 1 (original pad north of Bldg. 90). Item 0003: A minimum quantity of 0 tons and a maximum quantity of 1,500 tons. All Screenings will be delivered to Zone 1 (original pad north of Bldg. 90). The quantities on each CLIN remain the same for each option year. Proposals shall include a price for each CLIN for the base period and each of the four one-year option periods. The base period of performance is October 1, 2002 through September 30, 2003. Option year one period of performance is October 1, 2003 through September 30, 2004. Option year two period of perfo rmance is October 1, 2004 through September 30, 2005. Option year three period of performance is October 1, 2005 though September 30, 2006. Option year four period of performance is October 1, 2006 through September 30, 2007. Delivery is required within 3 days after issuance of a delivery order. All items are FOB Destination, McAlester Army Ammunition Plant, McAlester, OK 74501-9002. The solicitation and inco rporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-09. This procurement is being solicited on an unrestricted basis. This procurement is North American Industry Classification (NAIC) code 212319, small business size is 500 employees. The provision at FAR 52.212-1 Instructions to Offerors ? Commercial Items applies. The provision at FAR 52.212-2 Evaluation ? Commercial Items applies. Award will be made to the low responsive, responsible offeror at a fair and re asonable price. Please note: Offerors shall include a completed copy of the following provisions: FAR 52.212-3, and DFAR 252.212-7000 Offeror Representations and Certifications Commercial Items with their offers. FAR 52.212-4 Contract Terms and Conditi ons ? Commercial Items applies to this acquisition. FAR clause 2.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies to this acquisition and the following clauses apply: 52.203-6, 52.219-4, 52 .219-8, 52.219-9, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-19, 52.225-13, and 52.232-33. DFAR clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of C ommercial Items applies to this acquisitions and the following clauses apply: 252.205-7000, 252.219-7003, 252.225-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.243-7002, 252.247-7023, and 252.247-7024. The clause found at FAR 52.217-5 Evaluation of Options applies to this solicitation. The following clause shall apply: 252.204-7004 Required Central Contractor Registration. (Mar 2000) PLEASE NOTE: Offerors may obtain information on registration and annual confirmation requirements by calling 1-8 88-227-2423, or via the Internet at http://www.ccr2000.com. The following full-text clauses shall apply: 52.211-16 Variation in Quantity (Apr 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the va riation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) below. (b) The permissible variation shall be limited to: 10% increase or 10 % decrease. This increase or decrease shall apply to all items. (End of Clause). 52.216-18, Ordering. (Oct 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the ind ividuals or activities designated in the Schedule. Such orders may be issued from 1 October 2002 through 30 September 2003. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered issued when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electron ic commerce methods only if authorized in the Schedule. (End of clause) FAR 52.216-19, Order Limitations (Oct 1995) (a) Minimum Order. When the Government requires supplies or services covered by this contract in an amount of less than 25 tons the Govern ment is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum Order. The Contractor is not obligated to honor - (1) Any order for a single item in excess of 50,000 tons (2) Any o rder for a combination of items in excess of 50,000 tons or (3) A series of orders from the same ordering office within three days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a r equirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not require d to order a part of any one requirement from the Contractor if the requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceed ing the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within three days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the re asons. Upon receiving this notice, the Government may acquire the supplies or services from another source. FAR 52.216-21, Requirements (Oct 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period st ated, in the Schedule. The quantities for supplies or services specified in the Schedule are estimates only and are not purchased by the contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as estimated or maximum in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering cla use. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Orderin g clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specif ied in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this con tract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing the accelerated delivery, the Governme nt may acquire the urgently required goods or service from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The Contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the Contract's effective period; provided, that the Contractor shall not be required to m ake any deliveries under this contract after 30 September 2003. (End of clause) FAR 52.217-7, Option for Increased Quantity ? Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Sche dule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days prior to the end of the performance period. Delivery of added items shall co ntinue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of Clause). FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000)(a) The Government may extend the term of this contract by w ritten notice to the Contractor within 30 days of the end of the performance period; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notic e does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause). This is a DO rated contract regarding the Defense Priorities and Allocations System. Hours of Operation at McAlester Army Ammunition Plant: Receiving hours at warehouse 8 are from 6:30 a.m. until 3:00 p.m. Monday through Thursday. All shipments must be at main gate (truck gate) on or before 3:00 p.m. No shipments will be accepted after 3:00 p.m. unless p rior arrangements have been made. No shipments will be accepted on Friday. The plant is closed on Fridays. The regular workweek is Monday through Thursday, 10 hours a day. The plant will be shutdown 24 December 2002 through 1 January 2003. No shipment s will be accepted on these dates. No shipments will be accepted on Government holidays. Government holidays are as follows: New Years Day, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran?s Day, T hanksgiving Day, and Christmas Day. If the holiday falls on a Friday or Saturday, the holiday will be observed on Thursday. If the holiday falls on Sunday, the holiday will be observed on the following Monday. 52.0000-4000 03 ELECTRONIC AWARD NOTICE (AP R 2002) a. Any contract awarded as a result of this solicitation will be posted to the Army Single Face to Industry (ASFI)/Procurement Notification and/or the Electronic Document Access (EDA) Website (see address below). Paper copies will not be distribu ted. This is a material condition of the solicitation and by submission of a bid or proposal, the vendor agrees to accept notification of an electronic award transmitted in the manner described above. b. Notice of award to the awardee will be issued only via electronic mail. Vendors who wish to be notified if they received an award as a result of this solicitation must provide their electronic mail address in the space provided below. If the vendor fails to provide an electronic mail address, then a sep arate notice of award will not be provided and it shall be the sole responsibility of the vendor to periodically check the Federal Business Opportunities (FedBizOpps) web site http://www.fedbizopps.gov or the EDA Web site to determine if he/she has receive d an award. In this event, the vendor?s failure to check the FedBizOpps or the EDA Web site in a timely manner shall not be an excuse for failure to perform or grounds for a delivery schedule extension. c. Notice of award to unsuccessful offerors shall b e issued only via electronic mail from the Contracting Officer or the FedBizOpps/Vendor Notification feature. Vendors who wish to receive an electronic mail notice if they are unsuccessful must provide an electronic mail address in the space provided belo w. If the vendor fails to provide an electronic mail address, then a separate notice will not be provided, and it shall be the sole responsibility of the vendor to periodically check the FedBizOpps/Vendor Notification or the ASFI/Procurement Notification to determine if an award has been made. In this event, the vendor?s failure to check these sites to determine if an award has been made shall not constitute grounds for an extension of the ten (10) day protest period allowed by regulation. VENDOR?S ELECT RONIC (E-MAIL) ADDRESS: _________________ NOTE: For EDA registration guidance and information please go to http://eda.ogden.disa.mil. The registration process will accommodate Contractor and Government users. For FedBizOpps registration guidance and in formation please go to http://www.fedbizopps.gov. (End of Notice) NOTE: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The full text of a solicitation provision may be accessed electronically at these addresses: http:\\www.arnet.gov/far; http:\\farsite.hill.af.mil; http:\\www.dtic.mil\dfars. Faxed proposals I AW FAR 52.215-5 are acceptable, FAX proposals to (309) 782-2673 ATTN: Julie Schmoll. Proposals may be mailed to: HQ, OSC, ATTN: AMSOS-CCM-I/Julie Schmoll, Rock Island, IL 61299-6000. The alternate POC is Bryan Luchsinger, (309)782-1550. Issue date is the date this notice is published in the CBD. Closing Date: 2:00p.m. Central Time, 23 September 2002.
 
Place of Performance
Address: McAlester Army Ammunition Plant 1 C Tree Road McAlester OK
Zip Code: 74501-9002
Country: US
 
Record
SN00163660-W 20020913/020911213805 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.