Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2007 FBO #2118
SOLICITATION NOTICE

39 -- Aggregate Supply for FS Roads - SFNF

Notice Date
9/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
Department of Agriculture, Forest Service, R-3 Southwestern Region/Northern Zone, 2113 Osuna Rd NE, Ste A, Albuquerque, NM, 87113, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
R3-03-07-29
 
Response Due
9/18/2007
 
Archive Date
10/3/2007
 
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 12.6, 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. The solicitation documents, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. Solicitation number R3-03-07-29 is issued as a Request for Quotation (RFQ) in accordance with FAR subpart 13.5. This acquisition is a 100% small business set-aside. The Northern American Industry Classification System (NAICS) code is 484220 and the size standard is $21.5 Million. A firm-fixed price purchase order will be issued under the Test Program for Certain Commercial Items. Period of performance ? 30 Calendar Days. The solicitation is for Roads 263, 18 & 375 Aggregate Haul and Windrow, with the line items as follows: Item 1, a. Supply 200 cys of 2.5? to 3? material for forest road 263. Load, haul, & windrow 200 cys of sub-base on the roadway for spreading by Government Furnished Equipment. Item 1, b. Supply 200 cys of 2.5? to 3? material for road 18. Load, haul & windrow 200 cys of sub-base on the roadway for spreading by Government Furnished Equipment. One award will be made for this item, including the two sub-items. Project is located on the Santa Fe National Forest, Pecos/Las Vegas Ranger Districts, New Mexico. Item 2. Supply 250 cys of 2? minus base course for Forest Road 375. Load, haul and windrow for spreading by Government Furnished Equipment. Also includes the load, haul and windrow of 750 cys of Government Furnished Millings, located on the north side of I-25 at Rowe, NM. Distance is 20 miles source to road. Project is located on the Santa Fe National Forest, Pecos/Las Vegas Ranger Districts, New Mexico. Award will be made by Item. The accepted lump sum quantity will be paid for at the contract unit price accepted in this contract for each item. All other items of work necessary to complete the project will be considered incidential to the cubic yard payment. Payment shall be full compensation for all labor, material, equipment, tools, transportation, and incidentals necessary to complete the work prescribed. STATEMENT OF WORK FDR 375 DESCRIPTION OF WORK: This work consists of loading hauling and spreading asphalt millings from a DOT site near Rowe, NM to forest road 375 between mile post 4.4 and 6.8. Material will be spot surfaced to a depth between 6? and 12? as needed. The haul is about 17 miles one-way. Approximately 7 miles of that are on a gravel/native road with moderate inclines. The millings are to be spread on a section of road, which has rock outcrops. There are approximately 750 cubic yards of millings to be hauled. This work also consist of loading hauling and spreading 250 cubic yards of base course aggregate 2? minus to FSR 375 on various locations between mile post 4.4 and 6.8. Material is to spot surfaced to a depth between 6? and 12? as needed. FDR 375 Specifications: This work consists of loading hauling and spreading asphalt millings from a DOT site near Rowe, NM to forest road 375. Spread the millings to a depth of 1? x 14? in width. The millings are to be spread on a section of road, which has rock outcrops. Measurement: Method of measure will be by the cubic yard in place. Payment: The accepted quantities will be paid at the contract price per unit of measurement for the pay item listed in the bid schedule. Payment will be full compensation for the work prescribed in this section. Road 18 Aggregate Haul Description of Work: Provide, load, haul and approximately 200 loose cubic yards of 2.5 to 3 inch sub base aggregate to Forest System Road (FSR) 18, also know as Mineral Road, as per ?Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects? FP-03, Table 703-2. Specify Column A (Sub base) if available, or Column B (Sub base) if available, or Column C (Base). Haul is approximately 18 miles northwest of Las Vegas, NM 13.5 miles northwest on NM 65 from the junction of NM 65 and Mills avenue past Montezuma, NM and Gallinas, NM to approximately 2 miles past the Santa Fe National Forest (SFNF) boundary. Begin full aggregate placement of 9 inches loose material for approximately 0.1 miles from the end of the asphalt at the junction of FSR 263 and FSR 156 at the forest boundary near EV Long Campground. Requirements: Haul the aggregate and windrow in the roadway for spreading by government furnished motor grader. Measurement: Measure aggregate by the cubic yard. Payment: The accepted quantities will be paid at the contract price per unit of measurement. Payment will be full compensation of the work prescribed above. Evaluation Criteria: Award of contract subject to approval of material by visual inspection and approval of material testing reports. Road 263 Aggregate Haul Description of Work: Provide, load, haul and approximately 200 loose cubic yards of 2.5 to 3 inch sub base aggregate to Forest System Road (FSR) 263, also know as the Gallinas Canyon Road, as per ?Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects? FP-03, Table 703-2. Specify Column A (Sub base) if available, or Column B (Sub base) if available, or Column C (Base). Haul is approximately 17 miles northwest of Las Vegas, NM, 17 miles northwest on NM 283 from the junction of NM 65 and Mills avenue past Mineral, NM to past the Junction of A16D/FSR 18 at the Santa Fe National Forest (SFNF) boundary. Begin full aggregate placement of 9 inches loose material for approximately 0.1 miles from the cattlegaurd at the forest boundary end to the top of the grade. Requirements: Haul the aggregate and windrow in the roadway for spreading by government furnished motor grader. Measurement: Measure aggregate by the cubic yard. Payment: The accepted quantities will be paid at the contract price per unit of measurement. Payment will be full compensation of the work prescribed above. Evaluation Criteria: Award of contract subject to approval of material by visual inspection and approval of material testing reports. The following applies to the material for Items 1a. and 1b. 703.05 Subbase, Base, and Surface Course Aggregate. (a) General. Furnish hard, durable particles or fragments of crushed stone, crushed slag, or crushed gravel conforming the following: (1) Los Angeles abrasion, AASHTO T 96 50% max. (2) Sodium sulfate soundness loss (5 cycles), 12% max. AASHTO T 104 (3) Durability index (coarse), AASHTO T 210 35 min. (4) Durability index (fine), AASHTO T 210 35 min. (5) Fractured faces, ASTM D 5821 50% min. (6) Free from organic matter and lumps or balls of clay Do not use material that breaks up when alternately frozen and thawed or wetted and dried. Obtain the aggregate gradation by crushing, screening, and blending processes as necessary. Fine aggregate, material passing the 4.75-millimeter sieve, shall consist of natural or crushed sand and fine mineral particles. (b) Subbase or base aggregate. In addition to (a) above, conform to the following: (1) Gradation Table 703-2 (2) Liquid limit, AASHTO T 89 25 max. Sieve Size Percent by Mass Passing Designated Sieve (AASHTO T 27 and T 11) Grading Designation A (Subbase) B (Subbase) C (Base) D (Base) E (Base) 2 ? inch 100(1) 2 inch 97-100(1) 100 (1) 100 (1) 1 ? inch 97-100(1) 1 inch 65-79 (6) 80-100 (6) 100 (1) ? inch 64-94 (6) 86-100 (6) 100 (1) ? inch 45-59 (7) 3/8 inch 40-69 (6) 51-82 (6) 62-90 (6) No. 4 28-42 (6) 40-60 (8) 31-54 (6) 36-64 (6) 436-74 (6) No. 40 9-17 (4) 12-26 (4) 12-26 (4) No. 200 4.0-8.0 (3) 4.0-12.0 (4) 4.0-7.0 (3) 4.0-7.0 (3) 4.0-7.0 (3) Contractor to provide all labor, supervision, transportation, services and facilities necessary to perform work. Contractor is responsible for loading, hauling, and windrowing of supplied crushed aggregate materials. Placement of all windrows will be directed by the COR. Service Contract Wage Determination No. 2005-2361, Rev. 3, is applicable to this solicitation. For technical questions related to this project, please contact Eddie Holguin at 505-438-7881 or Henry Gallegos at 505-438-7870. To request a copy of the location maps, contact Greg Martinez at 505-346-3808. FAR 52.212-2, Evaluation--Commercial Items is applicable. The Government will award the contract to that responsible vendor whose quotation, conforming to the combined synopsis/solicitation, will be most advantageous to the Government, considering price and the price-related factors included in the combined synopsis/solicitation. The factors are in descending order of importance. Factor One - Price of hauling per Cubic Yard. Price-Related Factor One - Vendor?s availability of equipment ? provide details. Price-Related Factor Two - Vendor?s availability to perform Starting late Sept. 2007. Technical Factor Three ? If you wish to be considered for award on both items, explain your ability to handle both items concurrently. FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, must be completed and included with offer. These clauses can be accessed through the website http://www.arnet.gov/far/. The following FAR clauses apply to this acquisition: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate 1, 52.212-1, Instructions to Offerors?Commercial Items, 52.212-4 Contract Terms and Conditions ? Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items, with the following additional FAR clauses cited in the clause which are applicable to this acquisition. 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-13 Restriction on Certain Foreign 52.232-34 Payment by Electronic Funds Transfer -- Other than Central Contractor Registration For information regarding this solicitation, contact Greg Martinez at 505 346-3808. Vendors wishing to respond to this solicitation should send their responses to Cibola National Forest, Attn: Greg Martinez, AQM, 2113 Osuna Road NE, Suite A, Albuquerque, NM 87113 or fax responses to (505) 346-3909, Attn: Greg Martinez. Be sure to reference the solicitation number listed above. Quotations must be in writing accompanied by the completed representations and certifications or they will be rejected. Telegraphic offers will not be accepted. Quotations are due no later than September 18, 2007 at 4:45 pm Local Time.
 
Place of Performance
Address: Santa Fe National Forest, Santa Fe & San Miguel Counties, New Mexico
Zip Code: 87552
Country: UNITED STATES
 
Record
SN01403747-W 20070914/070913071941 (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.