Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

38 -- Rock Crushing and Piling

Notice Date
8/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
212319 — Other Crushed and Broken Stone Mining and Quarrying
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Sierra Cascade Province (Lassen Plumas and Modoc NF's), 2550 Riverside Drive, Susanville, CA, 96130
 
ZIP Code
96130
 
Solicitation Number
R5SC06055219
 
Response Due
9/13/2005
 
Archive Date
9/28/2005
 
Small Business Set-Aside
Total Small Business
 
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 requested and a written solicitation will not be issued. The solicitation number R5SC-0605219 and issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-03. This is a small business set-aside with an associated NAICS code of 212319 and small business size standard of 500 employees. Schedule of Items: The following are this solicitation?s list of contract line item number(s) and items, quantities and units of measure: #1 Rock Crushing and Piling Actual Quantity 10,000 CY $________ (Surface Course Aggregate grading F) Optional Line Items #2 Rock Crushing and Piling Actual Quantity 5,000 CY $________ (Surface Course Aggregate grading F) Total: $________ Description: This contract requires rock crushing on government land, quarry work (i.e., blasting, dozing native materials) and related work in compliance with the specifications. This includes furnishing labor, equipment, supervision, transportation, operating supplies, and incidentals necessary to accomplish the work required in this contract. Contractor shall crush and stockpile approximately 10,000 cubic yards of material with an option to crush an additional 5,000 cubic yards if Forest Service has available funds. Contractor shall be responsible for providing a quality control plan to assure that the materials meet specification. Measurable Performance Standards: The measurement and payment for contract work will be made only for those pay items included in the Schedule of Items. All other work and materials will be considered incidental to and included in the payment of the pay items in the Schedule of Items. For payment purposes units of measurement will be shown on the Schedule of Items. The original quantities designated on the Schedule of Items are the estimated number of units to be paid for under the terms of the contract. They are based upon the original data available prior to advertising the project. Final payment will be made for actual quantities, measured as determined in the specifications, at the unit price shown in the Schedule of Items. Quality Control: Contractor will work with COR to devise a quality control plan for this contract. Inspection will be performed at the job site. Acceptance will be performed at the job site. Monitoring Method: Daily Diary?s will be completed by inspectors to monitor contractor progress. Contact Time: Estimated start work date is September 28, 2005. The total contract length will be 60 calendar days. Contract time will start with the Notice to Proceed. Location: Project is located in T.30N.,R3E., Section 11. Project is located approximately 6 miles south of State Highway 44 on Forest Development Road 17 (31N17) and 1.5 miles west on Forest Development Road 31N17B or approximately 12 miles north of State Highway 36 on Forest Development Road 17(31N17) and 1.5 miles west on Forest Development Road 31N17B. The provision ?52.212-1, Instructions to Offerors-Commercial?, applies to this acquisition and the following are provided as an addenda to this provision. NONE. The provision ?52.212-2, Evaluation-Commercial Items?, applies to this acquisition. Price, past performance, and technical proposal will be used to make a decision for this award. All offerors must provide a completed copy of ?52.212-3, Offeror Representations and Certifications ? Commercial Items?. The offeror must have completed their annual representations and certifications electronically at http://orca.bpn.gov . DUNS Number:_______________ TIN Number:___________________ 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) FAR 52.211-10 COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK (APR 1984) The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 60 Calendar Days. Estimated start date is September 28, 2005. 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) 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: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (23) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). (24)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2005) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286). (26) 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (27) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). (29) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). (30) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (33) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.). There are no additional contract requirements, terms or conditions necessary for this acquisition for consistency with customary commercial practices. Offers are due to the issuing office no later than September 13th, 2005 by 4:30 PM. Sierra Cascade Province Acquisitions Attn: Leif Lassen National Forest 2550 Riverside Drive Susanville, CA 96130 Contact Terrie Veliotes for technical information regarding this solicitation at telephone number 530-252-6444. Or feel free to contact Leif Shjeflo at 530-252-6479, for further information. Additional Attachments (pages) - Project Specific Specs 5 - Project Maps 2 - Blasting Requirements 2 - Noxious Weeds 1 - Fire Plan 5. For copies of the attachments contact Terrie Veliotes or Leif Shjeflo at the above numbers.
 
Place of Performance
Address: Susanville, CA
Zip Code: 96130
 
Record
SN00880272-W 20050828/050826211803 (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.