Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2007 FBO #1970
SOLICITATION NOTICE

56 -- 56 - Flexible Base Material for Levee Rectification

Notice Date
4/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
212321 — Construction Sand and Gravel Mining
 
Contracting Office
International Boundary and Water Commission, Information Management Division, Acquisition Division, 4171 North Mesa, Suite C-100, El Paso, TX, 79902, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
IBM07Q0008
 
Response Due
5/2/2007
 
Archive Date
5/17/2007
 
Description
(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) Solicitation IBM07Q0008 is being issued in a Request for Quotes format. (iii) This solicitation document and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-15. (iv) IBM07Q0008 is based upon unrestricted competition - offers will be accepted from all responsible sources. The North American Industrial Classification System (NAICS) code is 212321 for construction san and gravel mining, with a corresponding small business size standard of 500 employees. All offerors must disclose their appropriate size standard in the submitted quotation(s) in order for the quotation to be considered responsive to this solicitation. (v) Contract Line Item Number (CLIN) 0001, Flexible Base Material, Estimated Quantity 24,000 tons, Unit Price and Total Cost are to be shown in proposals responding to this solicitation. Unit prices quoted shall be per ton and include hauling. All material furnished shall be in accordance with the requirements in the scope of work. (vi) SCOPE OF WORK (SOW): I. PROJECT BACKGROUND: The Rio Grande levees constrain river meandering (movement of the international boundary) and provide flood protection to many Texas cities including El Paso, Presidio, McAllen-Mission, Harlingen, and Brownsville. FEMA decertification of USIBWC levees in El Paso County, TX, in February 2006 has resulted in public and local government pressure to upgrade the levees to FEMA criteria. The USIBWC plans on raising approximately 8 miles of USIBWC levees, within a 12 mile reach between International Dam and Riverside Dam in the Rectification Project within El Paso County to meet the minimum 3 feet of freeboard criteria. This will enable USIBWC to partially certify this reach in the before the end of calendar year 2007. Because the levees serve as access and maintenance roads along the floodplain and given that the embankment material required for raising the levees does not provide a durable driving surface, a proper surfacing material must placed on the levees in areas where they will be raised. II. DESCRIPTION: The Contractor shall furnish approximately 24,000 tons of flexible base material to be delivered on USIBWC?s levees between International Dam and Riverside Dam. This material will be used as surfacing material for USIBWC levees. All materials furnished shall be in accordance with the requirements in this Scope of Work. The material shall be furnished from the same material source throughout the duration of the contract. III. PROJECT LOCATION: The Rio Grande Rectification Project is located along the Rio Grande in El Paso and Hudspeth Counties. For this Scope of Work, material will only be delivered on USIBWC levees in El Paso County. Locations of these levees are shown on maps available from USIBC upon request. IV. MATERIALS: The Contractor shall provide flexible base materials in accordance with the requirements of ?Texas Department of Transportation, 2004 Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges? for Item 247 Flexible Base, Type A Grade 6. Physical Requirements: Type A ? Material shall be crushed stone. Grade 6: Grading Requirements are U.S. Standard Sieve Size 1? Percent Retained 0; U.S. Standard Sieve Size ?? Percent Retained 0-15; U.S. Standard Sieve Size No. 4 Percent Retained 45-75; U.S. Standard Sieve Size No. 40 Percent Retained 60-85; Max Liquid Limit 40; and Max Plasticity Index 12. V. MEASUREMENT OF MATERIALS: Measurement will be by the ton of 2,000 pounds dry weight in vehicles. The Contractor shall provide a standard platform truck scale conforming to the requirements of ?Texas Department of Transportation, 2004 Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges? for Item 520 ?Weighing and Measuring Equipment.? The dry weight will be determined by deducting the weight of the moisture in the material at the time of weighing from the gross weight of the material. The moisture in the material will be determined in accordance with Test Method Tex 103-E at least once each day. Prior to first delivery, the Contractor shall furnish the Contracting Officers? Representative (COR), a written report of calibrations for a scale mechanic licensed by the Texas Department of Agriculture using certified weights, certifying that the scales meet the requirements of Item 520. When inaccuracy or inadequacy is discovered, scale use will not be resumed until corrective measure has been completed and/or the scales calibrated as provided by Item 520. Any electronic device that has been adapted for weighing that meets the calibration requirement is acceptable. As loads are delivered, certified weight tickets for each delivery load shall be furnished to the COR. VI. PAYMENT: Payment for furnishing, delivering, weighing, and testing flexible base material in accordance with this Scope of Work and measured as provided under Section IV ?Measurement? will be paid for at the unit price per ton bid price. When requesting payment, the Contractor shall provide the Contracting Officer receipted (by USIBWC Inspectors) and certified (by the Contractor) weight tickets for each delivery load of flexible base material. VII. SAMPLING AND TESTING: A. The Contractor shall be responsible for assuring that all flexible base material delivered to the job site meets the specified requirements in Section III ?Materials.? The Contractor shall establish a sampling and testing program to include gradation, liquid limit, plasticity index, and moisture content testing to assure compliance of materials. Testing of all material shall be in accordance with the following Texas Department of Transportation standard laboratory test procedures: Tex-103-E for Moisture Content; Tex-110-E for Sieve Analysis; Tex-104-E for Liquid Limit; and Tex-106-E for Plasticity Index. B. Frequency of Testing: The Contractor shall: (a) test once prior to initial delivery and once for every 5,000 tons flexible base delivered for: gradation, liquid limit, and plasticity index (Contractor shall notify the COR at least three (3) days prior to taking samples for gradations, liquid limit, and plasticity index); and (b) tests for moisture content at least once each delivery day. C. Inspection: Flexible base material that the Contractor proposes to furnish shall be available for inspection by the COR. All sources or stockpiles that the Contractor uses to supply materials for the contract shall be subject to inspection and approval by the COR for the duration of the contract. D. Government Testing: The Government will randomly test materials throughout the duration of the project to verify that materials being delivered to the job site by the Contractor meet the specified requirements in Section IV ?Materials.? Any materials found to be noncompliant shall be subject to removal by Contractor?s forces and shall be subject to nonpayment. Final determination on action to be taken on noncompliant material shall be made by the Contracting Officer. Removal of noncompliant material by Contractor shall be done within 24 hours of notice from CO. VIII. SUBMITTALS: A. The Contractor shall submit, within five (5) calendar days after receipt of Notice of Award, the source for flexible base material proposed for use. B. The Contractor shall submit, within five (5) calendar days after receipt of Notice of Award, any available service and test records of flexible base materials from the proposed sources. The information will be used to supplement the testing required under Section VI ?Sampling and Testing.? C. The Contractor shall submit within twenty-four (24) hours of performance of the tests, the results of all test performed. D. The Contractor shall submit three (3) copies of all submittals to the COR at the following address: American Dam Field Office, USIBWC, 2616 W. Paisano Drive, El Paso, Texas 79922. E. The Government will require five (5) calendar days, from date of receipt of submittals, for review and approval thereof. If the submittals require changes or revisions, such will be done at the Contractor?s expense. The submittals shall be resubmitted within five (5) calendar days after receipt of the Government?s comments by the Contractor. IX. DELIVERY: Contractor shall guarantee that a maximum daily delivery rate of 1,000 tons can be met. The hours of delivery to the construction site shall be from 8:30 am to 4:00 pm, Monday through Friday. Method of delivery shall be in belly dump trucks for all material. Material will be dumped directly on levees as directed by COR. The COR will call for material as needed (within the not-to-exceed quantity placed via delivery orders by the Contracting Officer), as the amount of material will be adjusted based on demand in the field, but not to exceed daily delivery rate specified. Delivery shall be made within 24 hours after placing the call within the placed delivery order, depending on weather conditions. Contractor shall have a field representative on site during delivery of material to control rate of delivery as needed by COR. IX. ACCESS TO USIBWC LEVEES: Access points to USIBWC Levees are shown on attached maps. Haul routes using these access points shall be coordinated between COR and Contractor prior to delivery. Trucks will be allowed to make turn around on floodplain as coordinated. Haul routes will be changed throughout the duration of the contract as deemed necessary by the COR. X. REFERENCES: ASTM International - ASTM D 2487 (2000) Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System). Texas Department of Transportation, 2004 Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges: Item 520 Weighing and Measuring Equipment. Texas Department of Transportation Test Procedures: Tex?103-E for Determining Moisture Content in Soil; Tex-104-E for Determining Liquid Limits of Soils; Tex?106-E for Calculating the Plasticity Index of Soils; and Tex-110-E for Particle Size Analysis of Soils. END OF SCOPE OF WORK. (vii) Delivery of the embankment material shall be made F.O.B Destination to the levees within El Paso County, El Paso, Texas, as directed by the Contracting Officer?s Representative (COR), for the period from contract award through 365 calendar days later, the Contracting Officer will issue Delivery Orders at the unit prices within the Requirements. The COR will call to confirm the daily rate of deliveries or adjust them to accommodate field conditions, as well as indicate the general location for the deliveries for each day. The USIBWC levees, in El Paso County, El Paso, Texas, are the designated points for final inspection and acceptance by the Government of all deliverable items required by the contract. See the maps referenced in the SOW (available from USIBWC upon request) for the locations. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition (FAR provisions and clauses are available for review at http://www.arnet.gov/far). ADDENDA FOR 52.212-01: Elaboration of the paragraphs of the clause is as follows: (b) Submission of offers is expanded to include acceptance of facsimile proposals as referenced in the provision incorporated by reference, 52.215-05 Facsimile Proposals (Oct 1997). (h) Multiple awards: Only one award will be made. Offers must be made for all bid items. (ix) 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 quotation meeting or exceeding the acceptability standards for non-price evaluation factors. The non-price evaluation factors and their acceptability standards are: (1) Technical capability of the item offered to meet the Government requirement; and (2) Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. The USIBWC 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 five past contracts/projects completed within the last three years, which they consider similar in nature (include contract amount, title, point of contact, firm name, address, telephone and e-mail address). (x) Quoters shall complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Paragraph (i)(1) Listed End Products of the clause has been filled-in with ?None Applicable To This Acquisition.? (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. ADDENDA FOR 52.212-4: Elaboration of the paragraphs of the clause is as follows: (e) Definitions - Contracting Officer: ?Contracting Officer? means a person with the authority to enter into, administer and/or terminate contracts and make related determinations and findings. The terms include certain authorized representatives of the Contracting Officer acting within the limits of their authority as delegated by the Contracting Officer. The Contracting Officer for this contract is: Colleen Jaye Elliott, USIBWC Acquisitions Division, 4171 North Mesa, Suite C-100, El Paso, TX 79902-1441, telephone 915-832-4714, fax 915-832-4192, & e-mail: colleenelliott@ibwc.state.gov. (e) Definitions - Contracting Officer Authority: In no event shall any understanding or agreement between the Contractor and any Government employee, other than those made by the Contracting Officer, on any contract, modification, delivery order, letter or verbal direction to the Contractor, be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by the Contracting Officer. The Contractor is hereby put on notice that in the event of a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of work to be performed, it is the Contractor?s responsibility to make inquiry of the Contracting Officer before making the deviation. (i) Payments: Payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. (e) Definitions - Contracting Officer?s Technical Representative: The Contracting Officer shall designate an individual to act as the Contracting Officer?s Representative (COR) during the term of the resultant contract. The Contracting Officer?s Representative will represent the Contracting Officer in the technical phases of the work and will act in a liaison capacity to coordinate activities between the Contractor and the Government as required by this contract. A COR is NOT a Contracting Officer and DOES NOT have authority to take any action, either directly or indirectly, that would change the pricing, quantity, quality, place of performance, delivery schedule, or any other terms and conditions of the contract, or to direct the accomplishments of effort which goes beyond the scope of the statement of work in the contract. (f) Excusable Delays - Notification to the Government of Delays: In the event the Contractor encounters difficulty in meeting performance requirements, or when he anticipates difficulty in complying with the contract delivery schedule or dates, or whenever the Contractor has knowledge that any actual or potential situation is delaying or threatens to delay the timely performance o this contract, the Contractor shall immediately notify the Contracting Officer and the COR, in writing, giving pertinent details; provided, however, that this data shall not be construed as a waiver by the Government of any delivery schedule or dates of any rights or remedies provided by law or under the contract. (xii) The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition. The following additional clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6, 52.219-8, 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, 52.232-33, and 52.239-1. (xiii) The following additional FAR clauses apply to this acquisition: 52.216-18, Ordering (Oct 1995) paragraph (a) is completed as ?from contract award through the end of the base year;? 52.216-19, Order Limitations (Oct 1995) paragraphs are completed (a) ?18 tons,? (b)(1) ?25,000 tons,? (b)(2) ?50,000 tons,? or (b)(3) ?thirty (30) calendar days;? and 52.216-21, Requirements (Oct 1995) paragraph (f) is completed as ?180 calendar days following the expiration of the contract base year.? (xiv) This solicitation is not a Defense Priorities and Allocations System (DPAS) Rated Order. (xv) No Numbered Notes are applicable to this solicitation. (xvi) Quotes are due to the USIBWC, Acquisitions Division, 4171 N Mesa, Suite C-100, El Paso, TX 79902-1441 by 2:00 p.m. MDST on May 2, 2007. Offerors may submit quotes by mail or facsimile transmission to the attention of Colleen Elliott. The fax number is 915-832-4192. Quotes are to include a completed FAR Clause 52.212-3 and be signed and dated by an offeror?s authorized representative. Incorporate this RFQ Number IBM07Q0008 into the quote either by reference or by direct attachment. (xvii) Questions about this solicitation should be directed to Contracting Officer Colleen Elliott at telephone number (915) 832-4714.
 
Place of Performance
Address: USIBWC Levees within El Paso County, El Paso, TX,
Zip Code: 79922
Country: UNITED STATES
 
Record
SN01275299-W 20070419/070417221819 (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.