Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2004 FBO #0940
SOLICITATION NOTICE

56 -- VARIOUS TYPES OF STONE

Notice Date
6/21/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
M67001 Marine Corps Base Camp Lejeune, NC
 
ZIP Code
00000
 
Solicitation Number
M6700104Q0044
 
Response Due
6/30/2004
 
Archive Date
7/30/2004
 
Point of Contact
Donna Herndon (910) 451-3096 Lisa Williams (910) 451-3095
 
E-Mail Address
Email your questions to herndondl@lejeune.usmc.mil
(herndondl@lejeune.usmc.mil)
 
Description
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 accepted and a written solicitation will not be issued. This solicitation is issued as a request for proposal under solicitation M6700104Q0044. GENERAL INTENTION: I&E Public Works, Marine Corps Base, Camp Lejuene, North Carolina has a requirement for various types of stone (ABC Stone 1-1/2 inch, Rip Rap 5-15 inch, and 78M Stone) to be delivered to various locations at Camp Lejuene, MCAS New River, and other Marine Corps owned sites within a 40 mile radius of the base. Location will be identified on each delivery order. The Contractor shall provide all supplies and services necessary to transport the stone to required de livery sites. The Government anticipates award of a Requirements type contract in accordance with FAR Clause 52.216-21 REQUIREMENTS (OCT 1995). Period of Performance is 01 August 2004 through 31 July 2005. A map of the areas listed below may be obtained by contacting Donna Herndon (910) 451-3096 at Contracting Division, Camp Lejeune, North Carolina. B.1. PRICING SCHEDULE: Each item is to be priced with a per ton rate and total amount. Quantities are estimated amounts. AREA I G-10 Range, "F" Area Ranges, G-6 (CBC) and Tank Trails, Item 0001 - ABC Stone 1-1/2 inch , 6200 tons; Item 0002 - Rip Rap 5-15 inch, 500 tons. AREA II Onslow Beach Unpaved Roads, Tank Trails, Courthouse Bay and Amphibious Area, Item 0003 - ABC Stone 1-1/2 inch, 8000 tons; Item 0004 - Rip Rap 5-15 inch, 500 tons. AREA III Camp Johnson, Parachute Tower Road, Scout Area and Tarawa Terrace, Item 0 005 - ABC Stone 1-1/2 inch, 4000 tons; Item 0006 - Rip Rap 5-15 inch, 200 tons; Item 0007 - 78M Stone, 100 tons. AREA IV MCAS New River, Camp Geiger, includes Issue Point 73, Item 0008 - ABC Stone 1-1/2 inch, 500 tons; Item 0009 - Rip Rap 5-15 inch; 100 tons. AREA V Verona Area, Rhodes Point Tank Trail, Camp Devil Dog Ranges and Tank Trails, Item 0010 - ABC Stone 1-1/2 inch, 8500 tons; Item 0011 - Rip Rap 5-15 inch, 500 tons. AREA VI All Greater Sandy Run Area Roads, Tank Trails, SR-10 Range Road and SR-7 Range 1107 and 1119, West of Highway 17, North of Intersection of Highways 50 and 17 and East of Highway 50, Item 0012 - ABC Stone 1-1/2 inch, 7000 tons; Item 0013 - Rip Rap 5-15 inch, 200 tons. STATEMENT OF WORK: C.1 SPECIFIC REQUIREMENTS: All stone must meet or exceed requirements of the Department of Transportation of the State of North Carolina, Materials an d Tests Unit. Stone shall be warranted to meet specifications at time of delivery. The features that follow are essential to the minimum needs of the Government. ABC Stone 1-1/2 inch ? Aggregates to be as follows: Screen size 1-1/2 inch ? 100 percent passing; Screen size 1 inch ? 75-97 percent passing; Screen size 1/2 inch ? 55-80 percent passing; Screen size #4 ? 35-55 percent passing; Screen size #10 ? 25-45 percent passing; Screen size #40 ? 14-30 percent passing; Screen size #200 ? 4-12 percent passing. Abrasion percentage of wear not more than 42 percent. Rip Rap (Plain) Class 1 (5- 15 inch); abrasion percentage of wear not more than 50 percent. 78M Stone aggregates to be as follows: Screen size 3/4 inch ? 100 percent passing; Screen size 1/2 inch ? 98-100 percent passing; Screen size 3/8 inch ? 75-100 percent passing; Screen size #4 ? 20-45 percent passing; S creen size #8 ? 0-15 percent passing, abrasion percentage of wear not more than 50 percent. C.2 TESTING OF MATERIALS: Aggregates shall be tested in accordance with the requirements of the American Association of State Highway and Transportation Officials (AASHTO) using the following testing methods except where other testing procedures are required to cover a particular aggregate or its use for a particular application. Aggregates will be tested for gradation in accordance with the current edition of AASHTO T27. Aggregates to be used in a base course or as a stabilizer aggregate will be tested for gradation in accordance with the current edition of AASHTO T88 as modified by the Department of Transportation of the State of North Carolina. Copies of the modified test procedures are available upon request from the Materials and Tests Unit. Aggregates will be tested for liq uid limit in accordance with the current edition of AASHTO T89 as modified by the Department of Transportation of the State of North Carolina. Copies of the modified test procedures are available upon request from the Materials and Test Unit. Aggregates will be tested for plasticity index in accordance with the current edition of AASHTO T90. Aggregates will be tested for percentage of wear in accordance with the current edition of AASHTO T96. Aggregates will be tested for soundness in accordance with the current edition of AASHTO T104 using sodium sulfate. C.3 CONTRACTOR FURNISHED ITEMS - DELIVERY TICKETS. Delivery tickets shall be in triplicate form and shall include spaces for the following information: contractor's name, contract number, delivery order number, delivery request number, exact quantity and description of item delivered, delivery location, space for receipt /acceptance signature, delivery date and time. Signed delivery tickets shall be furnished by the contractor to the receiving activity for each truckload of stone delivered. F.1 DELIVERIES - REQUIRED DELIVERY SCHEDULE. The Government desires delivery to be made within two days for emergencies, or within five working days for routine deliveries, per oral direction. Deliveries to be F.O.B. Destination. The offeror shall state in his proposal delivery schedules that differ from the required delivery schedule stated above. The Government will evaluate equally, as regards time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above will be considered nonresponsive and rejected. The Government reserve s the right to award under either the required delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the required delivery schedule will apply. F.2 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 variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then the possible variation shall be limited to 10 percent increase or 10 percent decrease. The increase or decrease shall apply to all items. F.3 DELIVERY INSTRUCTIONS - F.O.B. DESTINATION. Supplies shall be delivered to the addresses shown in B.1, Areas I through VI. All transportation charges paid in accordance with the clause entitle d ?F.O.B. Destination? which is incorporated by reference. Offers submitted on a basis other than F.O.B. Destination will be rejected as nonresponsive. F.4 ORAL DIRECTIONS FOR BASE MAINTENANCE DELIVERIES. Contractor shall state department, telephone number, city and state for placing oral orders. Oral/telephone orders will be placed against the contract to the Contractor during the month as stone is required. A delivery order will be issued at the end of each month for deliveries that have been made during that month. Contractor will be paid monthly. CONTRACTURAL INFORMATION. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2001-12. The NAICS code is 212319 and small business size standard is 500. Offerors must be registered in the CCR (Central Contractor Registration) database. Lack of regi stration in the CCR database will make an offeror ineligible for award. Information may be obtained by calling (888) 227-2423 or via the internet at http:/www.ccr.gov. As a condition of contract award, the Contractor agrees to implement the Department of Defense web-based software application, Wide Area Workflow Receipt and Acceptance (WAWF-RA). This application allows DoD vendors to submit and track invoices and Receipt/Acceptance documents electronically. This application allows for complete visibility throughout the acceptance and payment process. The web-site for registration is http://rmb.odgen.disa.mil/. WAWF training can be accessed at http://www.wawftraining.com. The following clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors, Addenda to FAR 52.212-1 Period for Acceptance of Offers. The Government requires a minimum acceptance period o f 120 calendar days. FAR 52.212-2 Evaluation-Commercial Items (a) technical capability of the offeror to meet the requirements, (b) past performance, (c) price. Technical capability will be evaluated on delivery schedule and evidence of financial stability. Offeror shall submit delivery schedule as stated in F.1. As evidence of financial stability, offeror shall submit a Balance Sheet and Statement of Earnings for end of last fiscal year. If year-end statements are more than six months old, provide the most recent interim financial statements. A bank letter of commitment should be provided if outside financing will be required. FAR 52.212-4 Contract Terms and Conditions?Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. The offeror must submit a completed copy of FAR 52.212-3 Offeror Repr esentations and Certifications with their proposal. DFARS 252.204-7004 Required Central Contractor Registration (NOV 2001). DFARS 252.232-7003 Electronic Submission of Payment Requests (MAR 2003). FAR 52.247-34 F.O.B Destination (NOV 1991). Proposals are due by 4:00 PM on 30 June 2004 to the Contracting Division, P.O. Box 8368, MCB, Camp Lejeune, NC 28547-8368. If submitted via Fed-Ex, the address is Contracting Division, Building 1116, Louis and Birch Streets, MCB, Camp Lejeune 28547-8368. Questions should be in writing and addressed to Donna Herndon, Contracting Division, (910) 451-3096, fax (910) 451-2332 or e-mailed to herndondl@lejeune.usmc.mil. Deadline for questions is 25 June 2004.
 
Record
SN00607211-W 20040623/040621212231 (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.