Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 19, 2008 FBO #2427
SOLICITATION NOTICE

96 -- 3/8" SANDING FOR YELLOWSTONE PARK SPECS

Notice Date
7/17/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1574085051
 
Response Due
8/1/2008
 
Archive Date
7/17/2009
 
Point of Contact
Patty Oestreich Contract Specialist 3073442076 patty_oestreich.nps.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
SPECIFICATION ATTACHMENT FAILED TO TRANSFER. SPECS ARE IN BODY OF SOLICIATION BELOW. CLOSING DATE REMAINS 08-01-2008. This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1574081025. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-27 and are available in full text through Internet access at http://www.arnet.gov/far. The National Park Service encourages the participation of small, disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code is 212321 and the Small Business Standard size is 500 employees. QUOTES ARE DUE for this combined synopsis/solicitation on August 1, 2008 at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Bldg 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Faxed quotes are preferred with all required documentation, no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, TIN Number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to 307-344-2079 or emailed to patty_oestreich@nps.gov.. All questions regarding this solicitation should be faxed or emailed to patty_oestreich@nps.gov. Yellowstone National Park requires 4,525 tons of 3/8" sanding material to be delivered to the Gardiner Pit, Gardiner, Montana. Delivery must begin by August 18, 2008 and be completed no later than September 30, 2008. The following is a description of the requirements: 2-4SANDING SPECIFICATIONS: Sanding material shall meet the requirements f the following table of gradations as determined by Montana Specification, Section 701.02.1 and 01.02.3, except for the following. TABLE OF GRADATION-SANDING MATERIALMONTANA TEST METHOD MT-202 3/8 (9.5 MM)1004m (4.75 MM)40-8010M--40M0-40200M0-10PINP GENERAL REQUIREMENTS: The following test methods, as applicable, are used to evaluate the surfacing aggregate quality: Sieve Analysis for Fine and Coarse Aggregate.... MT-202Wear Test................................ MT-209Liquid Limit, Plastic Limit, Plasticity Index..... MT-208Fracture................................. MT-217Volume Swell of Bituminous Mixtures........ MT-305Cleanness Value.......................... MT-228Petrographic Examination................... 2-456-3* * Test method available from Materials Bureau Furnish aggregate surfacing free of deleterious except as permitted in Table 701-5.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. TESTING and GRADATION: Contractor shall furnish as part of the bid package a gradation sheet and test analysis sheet by a certified lab, of proposed material for evaluation by the Government. PART 3: EXECUTION3-1 GENERAL: All equipment necessary for the production of the aggregate shall be provided by the Contractor including, but not limited to, loaders, bulldozers, crushers, shakers, conveyors, and all equipment for stockpiling. 3-2 GRAVEL PIT: The Contractor shall maintain the premises to standards of repair, orderliness, neatness, sanitation and safety acceptable to the Contracting Officer. 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 gravel pit.3-3GRAVEL PIT STOCKPILE: If necessary, the site for the aggregate stockpile shall be grubbed and cleared including removal of topsoil. Prior to storing aggregate, the site shall be graded smooth, level and well drained. A bed of aggregate suitable to avoid the inclusion of soil or foreign material shall be maintained. The stockpile shall be formed by tiers of not more than four feet in height, and each layer shall be completely in place before the next layer is started so as to prevent segregation. Alternate methods of stockpiling must be approved in advance by the Contracting Officer. In order to facilitate measurement, the stockpile shall be uniformly shaped for measurement of quantity. When it is necessary to operate trucks or other equipment on the stockpile in the process of building the stockpile, it shall be done in a manner to prevent contamination with foreign matter or cause excessive degradation. 3-4VEGETATION MANAGEMENT: The control of noxious weeds shall be achieved through a weed management plan: All parties submitting bids for sand and gravel 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 bids 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. 4525 TONS of 3/8" Sanding Material.DELIVERED PRICE PER TON $______________________ Business Name: __________________________________DUNS:______________________ Business Address: _________________________________________________________________ Business Phone: _________________________________FAX: ____________________________ Email Address:___________________________________________ Offeror Name: _____________________________________ Date: _______________________ (Print) Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http://www.arnet.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.211-16 VARIATION IN QUANITY, permissable variation shall be limited to 10% increase/decrease.52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and references. Past performance shall be equal to price in importance; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.213-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=62b24cc5ec547f9977367f36d348820a&tab=core&_cview=1)
 
Place of Performance
Address: YELLOWSTONE PARK WY 82190
Zip Code: 82190
 
Record
SN01617090-W 20080719/080717222304-62b24cc5ec547f9977367f36d348820a (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.