Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2006 FBO #1819
SOLICITATION NOTICE

56 -- Sand

Notice Date
11/17/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
IMR - YELL - Yellowstone National Park P. O. Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1574075009
 
Response Due
12/1/2006
 
Archive Date
11/17/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Sand for Yellowstone National Park (YNP) A) This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. This solicitation is issued as Request for Quote, #Q1574075009. 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. The National Park Service (NPS) contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter providing the best value to the Government. NAICS code: 212321; Small business size standard: 500 employees. All responsible small business concerns may submit a quotation which shall be considered by the NPS. The anticipated award date is on or about Monday, December 4, 2006. Address questions regarding this solicitation to John Chaney at john_chaney@nps.gov or 307-344-2075. B) STATEMENT OF WORK: PART 1: GENERAL 1.1 Period of Performance and Testing: The contractor shall submitt test samples to the Government for suitability evaluation at least two (2) days after date of award. The contractor shall be capable of commencing deliveries within 2 days of the date of approval of test samples and shall be capable of completing all deliveries within 15 days of commencement of deliveries. 1.2 Delivery: The contractor shall deliver the sand toYellowstone National Park's sand storage site in Mammoth. The contractor shall coordinate the exact dates and times of delivery with the NPS in advance. 1.3 Specification references refer to specifications generated by and available form the Montana Department of Highways (MDOT). 1.4 MEASUREMENT AND PAYMENT: Measurement of all sand will be in U.S. Tons. The contractor shall furnish weigh tickets from state certified scales for each delivery made. Payment will be made on actual quantities received. PART 2: PRODUCTS 2.1 The following test methods, as applicable, shall be used to evaluate the sanding material quality: Sieve Analysis for Fine and Coarse Aggregate . . . . MT-202; Wear Test . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . MT-209; Liquid Limit, Plastic Limit, Plasticity Index . . . . . MT-208; Fracture . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . MT-217; Volume Swell of Bituminous Mixtures . . . . . . . . MT-305; Cleanness Value . . . . . . . . . . . . . . . . . . . . . . . . . . MT-228; Petrographic Examination . . . . . . . . . . . . . . . . . . . 2-456-3*; * Test method available from Materials Bureau; 2.2 Furnish sand free of deleterious except as permitted in Table 701-5. 2.3 Sanding Materials: Sanding material shall meet the requirements of the following table of gradations as determined by MDOT Specification Sections 701.02.1 and 701.02.3, except for the following. TABLE OF GRADATION-SANDING MATERIAL MONTANA TEST METHOD MT-202 3/8 (9.5 MM)...........................100; 4m (4.75 MM)..........................40-80; 10M........................................ --; 40M...................................... 0-40; 200M.................................... 0-10; PI........................................... NP; PART 3: EXECUTION 3.1 GENERAL: All equipment necessary for the production of the sand shall be provided by the Contractor including, but not limited to, loaders, bulldozers, crushers, shakers, conveyors, and all equipment for stockpiling. 3.2 SAND PIT: The Contractor shall comply with all Federal, State and county laws, ordinances or regulations which are applicable to the area or operation and obtain all required permits for the Contractor-furnished Sand pit. 3.3 VEGETATION MANAGEMENT: The control of noxious weeds shall be achieved through a weed management plan. All parties submitting quotes for sand must have a current weed management plan that has been approved by the local county weed board and Yellowstone National Park. All plans require one annual inspection by park staff during the growing season (June - August) prior to sale of material. Parties submitting quotes must provide proof of the most recent weed inspection by Yellowstone National Park staff. The weed inspection will designate a pit in one of three rating categories: acceptable, conditionally acceptable, or unacceptable. Sand and gravel from a pit designated as unacceptable can be used if the material is heat treated to 300 degrees Fahrenheit and promptly transported from the quarry to the park or a pre-approved weed free storage area to prevent possible weed contamination. A list of weeds of concern can be obtained from Yellowstone National Park. C) Clauses and Provisions: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/index.html. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the 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 associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating. The NPS will evaluate past performance based on, the Government's knowledge of quoter's past performance, and / or references obtained from any other source. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Within two days of notice, the apparent successful Quoter shall complete provision 52.212-3, Offeror Representations and Certifications-Commercial. The NPS shall not award a contract prior to contractor completion of provision 52.212-13. A copy of the provision can be downloaded at: http://acquisition.gov/far/current/html/52_212_213.html#wp1179194 Clause 52.212-4, Contract Terms and Conditions - Commercial Items: applies to this acquisition. 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 (b) are incorporated into this solicitation and subsequent contract: 52.233-3, 52.233-4, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, and 52.232-33. Clause 52.211-16, Variation in Quantity: 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 only to the extent, if any, specified in paragraph (b) of this clause. The permissible variation shall be limited to 10 Percent increase or 10 Percent decrease. This increase or decrease shall apply to the total quantity to be delivered. Clause 52.217-7, Option for Increased Quantity-Separately Priced Line Item: The Government may require the delivery of all, none or any combination of the numbered line items, identified in the Price Schedule as an option items, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option either at the time of award or by written notice to the Contractor a minimum of 10 days before the contract expires . Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. D) SUBMISSION OF QUOTES: Quoters shall e-mail or fax their quotations to John Chaney at john_chaney@nps.gov or 307-344-2079. Quotes shall be submitted so as to insure arrival by 2:00 pm local time, Friday, December 1, 2006. E) Price Schedule: Quoters shall provide a price for all line items. Base Line Items: Line Item #: 1, Sand, 3400 tons, Unit Price: $__________, Line Price: $__________; Option Line Items: Line Item #: 2, Description: Sand, 3400 tons, Unit Price: $__________, Line Price: $__________; F) Amendment Acknowledgement: Quoter shall note on the following line the amendments received: ______________________________________________________________________________________ ; G) Quoter Information: Company Name: ______________________________________________________________________________________; Address: ______________________________________________________________________________________; Phone: ______________________________________________________________________________________; Fax: ______________________________________________________________________________________; e-mail: ______________________________________________________________________________________; Name (print): ______________________________________________________________________________________; Signature: ______________________________________________________________________;
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2368537)
 
Place of Performance
Address: Yellowstone National Park
Zip Code: 82190
Country: USA
 
Record
SN01183331-W 20061119/061117221028 (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.