Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2003 FBO #0636
SOLICITATION NOTICE

Z -- Rock Crushing

Notice Date
6/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Blue Mountain ZAP, Wallowa-Whitman NF, 1550 Dewey Avenue, Baker City, OR, 97814
 
ZIP Code
97814
 
Solicitation Number
R6-16-03-58
 
Response Due
7/7/2003
 
Point of Contact
Marianne Klingler, Contract Specialist, Phone (541) 523-1210, Fax (541) 523-1215, - Patty Nash, Procurement/Property Technician, Phone (541) 523-1209, Fax (541) 523-1215,
 
E-Mail Address
mkklingler@fs.fed.us, pnash@fs.fed.us
 
Description
COMMERCIAL COMBINED SYNOPSIS/SOLICITATION (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number R6-16-03-58 is issued as a Request for Quotations (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. (iv) This is a small business set-aside with an associated NAICS code of 212321 and small business size standard of 500 employees. (v) Description of Line Items The following are this solicitation’s list of contract line item number(s) and items, quantities and units of measure: 1. Geiser/Greenhorn Pit – Mobilize, crush and stockpile aggregate, grading R, 6500 cy. 2. Jack Pit – Mobilize, crush and stockpile aggregate, grading R, 1500 cy, and 4000 cy grading D. 3. Dutch Creek Pit – Mobilize, crush and stockpile aggregate, grading R, 1500 cy, and 4000 cy grading D. 4. Empire Gulch Pit crush and stockpile aggregate, grading D, 5000 cy. 5. Round Mountain Pit – Mobilize, crush and stockpile aggregate, grading D, 2500 cy. All measurements for aggregate are design quantity. Measurements for mobilizations are lump sum. (vi) PERFORMANCE WORK STATEMENT: a. Description of Work: · Desired outcome: Stockpiles that are neat and regular in shape allowing for ease of measurement. Rock pits that are shaped to allow for ease of future developments. · Required Service: Grading D aggregates shall be tested (T11/T27) by contractor at least once per shift (approximately 700 cy). Grading R aggregate requires no testing. Stockpile slopes shall be no flatter than 1.5:1. Aggregate shall be placed in layers not to exceed 6 feet in depth. Dumping of aggregate into stockpiles is not allowable. Overburden, oversize material or vegetative matter generated from pit development shall be disposed of in locations as directed by the C.O. Project location: Item #1, Geiser/Greenhorn pit. T.10S., R.35E., Section 1, SE/SW. From Baker City Oregon 40 miles southwest via Oregon State Highway 7 to Baker County Road 503, thence 10 miles northwest on County Road 503 to Forest Road 1305, thence 0.1 miles north on Road 1305 to Forest Road 1046, thence 0.5 miles east on Road 1046 to Forest Road 1046185. Follow Road 1046185 for 0.2 miles to project location. Item #2, Jack pit. T.10S., R. 35 ½ E., Section 2, SE/NW. From Baker City 35 miles southwest via Oregon State Highway 7 to Whitney Valley and Baker County Road 507, thence 1,5 miles north on County Road 507 to Forest Road 19, thence 5 miles northwest to Forest Road 1900520. Follow Road 1900520 0.1 miles to project location. Item #3, Dutch Creek pit. T.6S., R.37E., Section 12, NE/SE. From Baker City 22 miles north via Highway 30 to North Powder, thence 8 miles west on Union County Road 101 to Union County Road 102, thence 1.5 miles north on County Road 102 to Forest Road 4330, thence 2 miles northwest on Forest Road 4330 to Forest Road 7312400. Follow Road 7312400 0.1 miles to project location. Item #4, Empire Gulch pit. T.7 S., R.44E., Section 20, NW/NW. From Baker City 25 miles east via State Highway 86 to Baker County Road 852, thence 5 miles north on County Road 852 to Baker County Road 891, thence 3 miles north via Road 891 to Forest Road 70, thence 3 miles north via Road 70 to Forest Road 7015, thence 1.5 miles east via Road 7015 to Forest Road 7015075. Follow Road 7015075 0.2 miles to project location. Item #5, Round Mountain pit. T.7S., R.46E., Section 8 SW/NE. From Halfway Oregon 5 miles north via Baker County Road 1009 to Baker County Road 999, thence 1 mile northwest via County Road 999 to Forest Road 66, thence 4 miles north via Road 66 to Forest Road 6600070, thence 0.2 miles south via Road 6600070 to Forest Road 6600075. Follow 6600075 0.1 miles to project location. Contractor is authorized to use the following roads in conjunction with this project: Roads 1046, 1046185, 1046186, 1046188 for line item #1. Roads 1960, 19, 1900520 for line item #2. Roads 4330, 7312, 7312400 for line item #3. Roads 70, 7015, 7015075 for line item #4. Roads 66, 6600070, 6600075 for line item #5. b. Measurable Performance Standards: Grading D, per cent by weight passing sieve: ¾ 100 ½ 97-100 3/8 57-69 ¼ 41-49 #10 22-30 #40 13-21 #200 3-8 Grading R, per cent by weight passing sieve: 2 100 Aggregate Testing: Grading R, none required. Grading D, minimum one T11/T27 per shift. Contractor shall provide test results within 16 working hours. Stockpile Measurement: Stockpiles shall be measured using standard survey methods. Contractor shall furnish records for verification of quantities. Payment will be made based on designed quantity in the stockpile. (vii) The date for delivery is 10/15/2003. (viii) The provision “52.212-1, Instructions to Offerors-Commercial”, applies to this acquisition. (ix) The provision “52.212-2, Evaluation-Commercial Items”, applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: Price only. (x) All offerors must provided a completed copy of “52.212-3, Offeror Representations and Certifications – Commercial Items”. The provision may be found and printed from www.arnet.gov/far/. Provide a unit price for each aggregate grading and mobilization per line item, and a total quote for all items. (xi) FAR Clause “52.212-4, Contract Terms and Conditions – Commercial Items” applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. FAR 52.236-7 PERMITS AND RESPONSIBILITIES (NOV 1991) FAR 52.236-13 ACCIDENT PREVENTION (NOV 1991) AGAR 452.236-72 USE OF PREMISES (NOV 1996) AGAR 452.236-73 ARCHAEOLOGICAL OR HISTORICAL SITES (FEB 1988) AGAR 452.236-74 CONTROL OF EROSION, SEDIMENTATION, AND POLLUTION (NOV 1996) AGAR 452.236-77 EMERGENCY RESPONSE (NOV 1996) (xii) FAR Clause “52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders – Commercial Items” and the following clauses were selected as applicable to the acquisition: (7) 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14)). (11) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (12) 52.222-26, Equal Opportunity (E.O. 11246). (13) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212) (14) 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). (15) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212). (16) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126). (24) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). (25) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (31 U.S.C. 3332). (1) 52.222-41, Service Contract Act of 1965, As Amended (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (xiii) There are no additional contract requirements, terms or conditions necessary for this acquisition for consistency with customary commercial practices. (xv) Note(s) 1 apply. (xvi) The date, time and place offers are due is 07/07/2003 at 4:30 PM local time. (xvii) Contact Marianne K. Klingler for information regarding this solicitation at telephone number 541-523-1210. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-JUN-2003). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 25-AUG-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/04M3/R6-16-03-58/listing.html)
 
Place of Performance
Address: Whitman Unit Wallowa-Whitman National Forest PO Box 907 Baker City, OR
Zip Code: 97814
Country: Baker
 
Record
SN00412224-F 20030827/030825223056 (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.