Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
SOLICITATION NOTICE

56 -- AGGREGATE SUPPLY - MARK TWAIN NATIONAL FOREST

Notice Date
8/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
212312 — Crushed and Broken Limestone Mining and Quarrying
 
Contracting Office
Department of Agriculture, Forest Service, R8/R9 Western Operations Center-AQM, 100 W Capitol ST, STE 1141, Jackson, MS, 39269, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-447U-S-07-0094AY
 
Response Due
8/31/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotations No. AG-447U-S-07-0094AY. This solicitation document incorporates provisions and clauses that are in effect through the latest Federal Acquisition Circular. The Forest Service contemplates award of firm-fixed price contracts as a result of this solicitation to the offeror or offerors providing the best value to the Government. All contract provisions and clauses referenced in this solicitation can be read in full text at http://www.arnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors?Commercial Items; FAR 52.212-2, Evaluation?Commercial Items: The government will evaluate quotes in response to this request and make awards to the offeror whose offer conforms to this request and will be the most advantageous to the Government considering price, past performance, delivery and quality. The following clauses are applicable to this acquisition: 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; 52.211-16, Variation in Quantity, (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 only to the extent, if any, specified in paragraph (b) below. (b) the permissible variation shall be limited to: 10 percent increase or decrease. This increase or decrease shall apply to the total quantity of each item without regard to destination. (end of clause); 52.217-6, Option for Increased Quantity: The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause). IN ORDER TO BE ELIGIBLE FOR AN AWARD, POTENTIAL CONTRACTORS MUST COMPLY WITH ALL REQUIREMENTS OF FAR 52.204-7, CENTRAL CONTRACTOR REGISTRATION. This solicitation is 100 percent set aside for small business. NAICS 212312. Small business size standard is 500 employees. This solicitation will consist of three items. REQUIREMENTS OF THIS ACQUISITION: Furnish, haul and truck spread crushed aggregate base on the roads listed herein. DESCRIPTION AND LOCATION: The roads to be rocked are located on Mark Twain National Forest in Missouri. Aggregate placement will be coordinated with the fall blading on these roads. The fall blading is expected to begin in September or October depending on the moisture condition of the roads. STAKING OF AGGREGATE PLACEMENT: The exact location for placing the aggregate on the road will be flagged by the Government prior to beginning of work. Only designated portions of the road lengths will be rocked. The Contracting Officer?s Representative (COR) has complete authority to order deliveries and have deliveries stopped when weather or road conditions are unsuitable for the hauling of aggregate. If operations are stopped for any reason, the Contractor will be notified by the COR twenty-four (24) hours prior to resuming operations. SAFETY: The Contractor shall exercise due caution and care when working to prevent undue conflict with public users of roads. Roads shall remain passable to traffic during the Contractor's operations. DAMAGE TO PROPERTY: The Contractor shall be responsible for any damage caused by his/her personnel or equipment to any existing structures such as culverts, signs, cattleguards, and riprap protecting culvert inlets and/or outlets. Damaged items shall be repaired or replaced by the Contractor at no additional cost to the Government. POLLUTION AND EROSION CONTROL: During all operations under this contract, the Contractor shall take reasonable measures to prevent or minimize soil erosion and pollution of water and other resources. All refuse, including garbage, rubbish, and solid or liquid wastes, from the Contractor's operations, including camps, parking areas, and equipment maintenance areas, shall be stored, collected, and disposed of in a sanitary and nuisance-free manner. Refuse shall be disposed in State-approved landfills or as approved by the COR. TECHNICAL SPECIFICATIONS--BASE AGGREGATE: Furnish crushed hard, durable particles or fragments of stone or gravel meeting the size and quality requirements for crushed aggregate material normally used locally in the construction and maintenance of highways by Federal or State agencies. Furnish crushed aggregate free of organic matter and lumps or balls of clay with gradation specified in AASHTO T 27 and T11. TRUCK SPREADING: The Contractor shall spread the aggregate in a uniform layer so the road remains open to traffic. If the Contractor piles any aggregate in the road it shall be immediately spread by hand or mechanical means to clear the roadway for traffic. Hauling shall be suspended until the problem is corrected. Aggregate will be spread at a width of fourteen (14) feet and a depth of two (2) inches unless otherwise notified. Method of Measurement for Payment--Aggregate Base. Crushed aggregate shall be the tons of material placed and accepted. Weight receipts will be required on crushed aggregate. SCHEDULE OF ITEMS: ITEM 1 ? ELEVEN POINT RANGER DISTRICT ? Estimated Quantity 1,100 Tons $___________ per ton. Roads being rocked are FR 3142 (1.5 miles) and FR 4819 (0.3 mile) located in Ripley County; FR 3188 (0.3 mile) located in Oregon County. ITEM 2 ? POTOSI/FREDERICKTOWN RANGER DISTRICT ? Estimated Quantity 2,200 Tons $___________ per ton. Roads being rocked are FR 2199 (1.0 mile) located in St. Genevieve County and FR 2391 (1.8 miles) located in Iron County. ITEM 3 ? AVA RANGER DISTRICT ? Estimated quantity 550 Tons $___________ per ton. Roads being rocked are FR 145 (2.5 miles), FR 149 (5.7 miles) and FR 150 (6.5 miles) all located in Douglas County. NOTE: All roads listed will have aggregate spread in various locations as identified by the COR prior to placement. Entire length of road may not to be covered. Contract time shall be 45 calendar days for each item. If an offeror receives award of more than one item contract time shall run concurrently. SUBMIT QUOTES TO: MARK TWAIN NATIONAL FOREST, ATTN: ANITA YOUNG, 401 FAIRGROUNDS ROAD, ROLLA, MO 65401.
 
Record
SN01373173-W 20070817/070815220417 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.