Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOLICITATION NOTICE

56--56 -- Road Base Material

Notice Date
2/16/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG 12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
Q1402062052
 
Response Due
2/27/2006
 
Archive Date
2/16/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (2) The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter whose quotation provides the best value to the Government. (3) The proposed contract is 100% set-aside for small business concerns. All responsible small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). (4) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. (5) Solicitation #:Q1402062052. This solicitation is issued as a Request for Quote. (6) NAICS code: 212321; Small business size standard 500 employees. (7) NAICS code: 484220; Small business size standard: $23,500,000. (8) Contract line item 1: 6,750 tons of road base material. (9) Provisions and clauses noted below may be accessed at http://www.arnet.gov/far. (10) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; quotes shall contain the following: a) contractor provided information that responds to the non-price evaluation factors noted in item 11 below; b) price proposal for contract lines noted in item 8 above; c) completion of provision 52.212-3 as noted by item 12 below; d) acknowledgement of any solicitation amendments; e) certification the proposed road base is weed free per item 18 below. (11) Quoters shall e-mail their quotations to Joe Gatlin at joseph_gatlin@nps.gov. Quote shall be submitted so as to insure arrival at the e-mail addressed noted by 2:00 pm Mountain Standard Time, Friday, March 3, 2006. The anticipated award date is on or about Friday, March 17, 2006. (12) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of this provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. The non-price evaluation factors and their acceptability standards are: a) technical capability of the item offered to meet the Government requirement, b) past performance. Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of quoters past performance, and / or references obtained from any other source. Quoters shall provide a list of 5 past contracts / projects, completed within the last three years, which they consider similar in nature. (13) Quoters shall complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (14) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.206-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.225-15, 52.232-29. (15) Prospective quoters are strongly encouraged to visit the project site prior to submitting a quote. A pre-proposal conference (site visit) is scheduled to begin at 10:00 a.m. (local time) on Monday, February 27, at Dinosaur National Monument. Quoters shall RSVP by e-mailing the following information to Joe Gatlin at joseph_gatlin@ nps.gov by no later than 10:00 a.m. (local time), 2 days prior to the date shown above for the site visit. Upon receipt of a quoter's RSVP, the NPS will forward information, which notes other pertinent data relevant to the site visit. (16) For information regarding this solicitation contact: Joe Gatlin at joseph_gatlin@nps.gov or 303-969-2660. (17) Delivery Schedule & Contract Period: The contractor shall complete all work by July 1, 2006. (18) Description of the requirement and place of delivery & acceptance: A) DESCRIPTION The work of this section consists of furnishing and placing road base as follows. Supply, transport and deliver road base to Island Park Road, Dinosaur National Monument. Contractor is responsible for unloading of road base. Park staff will distribute, roll out and compact the road base once it is unloaded from the contractor's trucks. B) LOCATION The contractor shall coordinate with the Park and shall deliver the road base along a 5 mile stretch of road. The delivery site is on Island Park Road, between 13 and 18 miles east of the intersection with Brush Creek Road. Brush Creek Road is 11 miles east of the intersection at N. Vernal Ave. in Vernal, UT. The paved road out of Vernal is narrow and windy, then turns to gravel for the final 13 miles. The 5 mile delivery site is also narrow and windy. C) PARK REQUIREMENTS - Quoters shall obtain certification from the County Weed Supervisor (in the county from which the road base is hauled from) that the road base source to be used is weed free. - Contractor shall thoroughly wash vehicles used to transport road base. Washing of vehicles shall be conducted outside of the park. - The contractor shall determine and adhere to road way use regulations for all roads between the manufacturer's plant and the delivery site. D) SUBMITTALS The contractor shall provide the following for review and approval: - Certified weight tickets for each load of road base upon delivery to the project site. - Samples: two, five-gallon buckets of the road base. - Submittals as stated in the Utah Department of Transportation's (UDOT) specification section 02721, Untreated Base Course. Contractor's can access the specifications at: http://www.udot.utah.gov/index.php/m=c/tid=1100 E) ROAD BASE MATERIAL The contract shall provide road base materials that meet the product requirements of the UDOT's specification 02721 "Untreated Base Course". Gradation limits shall meet the requirements listed in the UDOT specification, table 4, for 3/4 inch.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2080496)
 
Place of Performance
Address: Dinosaur National Monument, Utah
Zip Code: 816109724
Country: USA
 
Record
SN00989875-W 20060218/060216213113 (fbodaily.com)
 
Source
FedBizOpps 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.