Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2008 FBO #2449
SOLICITATION NOTICE

56 -- Flexible Base Material on Roadway Surface for Levee Rehabilitation

Notice Date
8/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Texas, 79902
 
ZIP Code
79902
 
Solicitation Number
83094201069
 
Response Due
8/19/2008
 
Archive Date
9/3/2008
 
Point of Contact
Patricia R. Singer,, Phone: (915) 832-4709
 
E-Mail Address
pssinger@ibwc.gov
 
Small Business Set-Aside
Total Small Business
 
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 is being issued in a Request for Proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. (iv) Solicitation is set aside for small business. All responsible small business sources may submit a proposal which shall be considered by this agency. The North American Industrial Classification System (NAICS) code is 212321 for Construction Sand and Gravel Mining, with a corresponding small business size standard of 500 employees. (v) Contract Line Item Number (CLIN) 0001, Estimated Quantity 75,000 tons of Flexible Base Material. 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/transportation. This is a Firm Fixed Price Requirement for all material furnished in accordance with the requirements in the scope of work. (vi) I. PROJECT BACKGROUND. The Rio Grande levees constrain river meandering (movement of the international boundary) and provide flood protection to many Texas cities including Brownsville, Presidio, McAllen-Mission, Harlingen, and El Paso. FEMA decertification of USIBWC levees in Hidalgo and Cameron Counties, TX, in November 2006 has resulted in public and local government pressure to upgrade the levees to FEMA criteria. Prior to this, the USIBWC had already developed a work plan to rehabilitate the levees in the Lower Rio Grande. As a result of this work plan, some of the segments of this levee are in the process of being designed or in process of having construction contracts awarded. The work plan was for eight years, but because of the FEMA decertification, the USIBWC plans on amending the work plan by raising some segments of the LRGFCP levees with USIBWC personnel. The USIBWC plans on raising levees where they are deficient of meeting the 3 foot freeboard criteria. Approximately 21 miles of USIBWC levees, within a 64.5-mile reach from Donna Pump to Brownsville in the Lower Rio Grande Flood Control Project within Hidalgo and Cameron Counties will be raised with USIBWC forces. 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 estimated 75,000 tons of flexible base material to be delivered on USIBWC's levees in the Lower Rio Grande Flood Control Project from Donna Pump to Brownsville. 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. Flexible base is to be spread uniform along these fill areas and approximate dimension of placement will be 6 inches by 16 ft. III. PROJECT LOCATION. The Lower Rio Grande Flood Control Project covers 180 miles of the Rio Grande from Peñitas, Texas to the Gulf of Mexico in Hidalgo, Cameron and Willacy Counties. For this Scope of Work, material will only be delivered on USIBWC levees in Hidalgo and Cameron Counties. Maps identifying levee locations are available upon request to this office by email or facsimile. 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 E Grade 4 conforming to the following physical requirements: Type E - Flexible base material shall be composed of caliche (argillaceous limestone, calcareous or calciferous clay particles) with or without stone, conglomerate gravel, sand, or granular materials. Grade 4: Shall conform to the following requirements: Grading Requirements for U.S. Standard Sieve Size/Percent Retained is: 2 inches/0 percent;1/2 inches/20-60 percent; No 4/40-75 percent; No 40/75-85 percent; Max PI/15 percent; Max Wet Ball PI/15 percent; Wet Ball Mill Max Amount/50 percent; and Min Comp. Strength PSI/150 at 15 PSI lateral pressure. 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 and for each material source, the Contractor shall furnish the Government Representative, 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 Government Representative. 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 V "Measurement of Material" will be paid for at the unit price per ton bid price. When requesting payment, the Contractor shall provide the government representation weight tickets for each delivery load of flexible base material that has been receipted by the government representative and certified by the Contractor. 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 IV "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: Moisture Content, Tex 103; Sieve Analysis, Tex 110; Liquid Limit, Tex 104; and Plasticity Index, Tex 106. B. Frequency of Testing: For each material source, 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 government representative 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 government representative. All sources or stockpiles that the Contractor uses to supply materials for the contract shall be subject to inspection and approval by the government representative for the duration of the contract. C. 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 Contracting Officer. VIII. SUBMITTALS. A. The Contractor shall submit, within five (5) calendar days after receipt of Notice of Award, the source(s) 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 VII "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 government representative at the following address: Mercedes Field Office, International Boundary and Water Commission, 325 Golf Course Road, Mercedes, TX 78570. 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 1,500 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 the government representative. Transportation of the material must meet local and state requirements. The government representative 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 of 1,500 tons. 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 the government representative. X. access to usibwc levees. Maps showing access points to USIBWC Levees are available from the USIBWC. Haul routes using these access points shall be coordinated between government representative and Contractor prior to delivery. Trucks may be allowed to make turn around on floodplain as coordinated or where directed by the government representative. Haul routes may be changed throughout the duration of the contract as deemed necessary by the government representative. 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 247, Flexible Base; Item 520, Weighing and Measuring Equipment; Texas Department of Transportation Test Procedures: Tex-103-E, Determining Moisture Content in Soil; Tex-104-E, Determining Liquid Limits of Soils; Tex-106-E, Calculating the Plasticity Index of Soils; Tex-110-E, Particle Size Analysis of Soils. END OF SCOPE OF WORK (vii) Delivery of the flexible base material shall be made F.O.B Destination to the levees within Hidalgo and Cameron Counties, Texas, as directed by the government representative, for the period of 365 calendar days from contract award. The Contracting Officer will issue Delivery Orders at the unit prices within the Requirements. The government representative 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 Hidalgo and Cameron Counties, Texas, are the designated points for final inspection and acceptance by the Government of all deliverable items required by the contract (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 provision is as follows: (b) Submission of offers is expanded to include acceptance of facsimile proposals, reference the provision incorporated by reference, 52.215-05, Facsimile Proposals (Oct 1997); (c) Period for acceptance of offers is 60 calendar days from the date specified for receipt of offers; (h) Multiple awards: Only one award will be made. Site Visit: Offerors are highly urged and expected to inspect the levee access points for each of the locations referenced to satisfy itself of site haul routes ingress and egress. An organized site visit has been scheduled to commence at 10 a.m. on Thursday, August 14, 2008. Participants will meet at USIBWC, Mercedes Field Office, 325 Golf Course Road, Mercedes, TX 78570. This is the only site visit that will be arranged. Participant planning to attend must inform Mr. Richard Montemayor, by telephone no 956-565-3159, extension 244 at least one day prior to the scheduled site visit. (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 by submission of the proposal, 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 Governments knowledge of offerors past performance, and or references obtained from any other source. Offerors shall provide a minimum of three 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) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. 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: The Contracting Officer for this contract is: Patricia S. Singer; (i) Payments: Payments will not be made without being acknowledged by the designated government representative. (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, 52.222-19, 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 to from contract award through 365 days of contract award date ; 52.216-19, Order Limitations (Oct 1995) paragraphs are completed (a ) 20 tons, (b)(1) 150,000 tons (b)(2 ) not applicable, (b)(3) 15 calendar days, and (d) 7 calendar days ; 52.216-21, Requirements (Oct 1995) paragraph (f) is completed as after 24 hours following the expiration of the contract days of 365 days from contract award date ; and 52.232-18, Availability of Funds (Apr 1984). 52.211.16, Variation in Quantity (Apr 1984) paragraph (b) is completed to 10% increase, and 10% decrease and The maximum order contract quantity ; 52.211-17, Delivery of Excess Quantities (Sept 1989) (xiv) This solicitation is not a Defense Priorities and Allocations System (DPAS) Rated Order. (xv) Solicitation is 100% set aside for Small Business. (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 August 19, 2008. (xvii) Questions about this solicitation should be directed to Contracting Officer Patricia Singer, USIBWC Acquisitions Division, 4171 North Mesa, Suite C-l00, El Paso, TX 79902-1441, telephone number (915) 832-4709, fax 915-832-4192, email: patsinger@ibwc.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a7d1ec465432472124a1cc7c3d4f0a68&tab=core&_cview=1)
 
Place of Performance
Address: Hidalgo, Cameron and Willacy Counties, Mercedes, Texas, 78570, United States
Zip Code: 78570
 
Record
SN01635033-W 20080810/080808221804-a7d1ec465432472124a1cc7c3d4f0a68 (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.