Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2008 FBO #2483
SOLICITATION NOTICE

99 -- R1 Nez Perce NF Deadwood Gravel

Notice Date
9/11/2008
 
Notice Type
Modification/Amendment
 
NAICS
212319 — Other Crushed and Broken Stone Mining and Quarrying
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Idaho Panhandle National Forest, 3815 Schreiber Way, Coeur d'Alene, Idaho, 83815-8363
 
ZIP Code
83815-8363
 
Solicitation Number
R1_NezPerce-RFQ-R1-17-08-0036
 
Response Due
9/18/2008 4:00:00 PM
 
Archive Date
10/3/2008
 
Point of Contact
Deb Gerfen,, Phone: 208-983-4001, Karen Ruklic,, Phone: 208-983-5144
 
E-Mail Address
dgerfen@fs.fed.us, kruklic@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
R1 Nez Perce NF RFQ-R1-17-08-0036: DEADWOOD GRAVEL PLEASE CALL DEBBIE GERFEN AT 208-983-4001, IF YOU HAVE ANY QUESTIONS. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number for this procurement is RFQ R1-17-08-00036. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The NAICS code for this procurement is 212319. The Nez Perce National Forest is requesting quotations for the purchase of stockpiled gravel. The Forest intends to procure as much gravel as possible for the available funding of $70,000. Quotations shall be expressed in terms of the tonnage of gravel to be furnished. The gravel must meet the following requirements: 703 - Aggregate 703.05 Subbase, Base, Surface Course, and Screened Aggregate. (a) NA (b) Surface course aggregate. Furnish hard, durable particles or fragments of crushed stone, crushed slag, or crushed gravel conforming the following: (1) Gradation See Table (Pg. 2) (2) Liquid limit, AASHTO T 8935 max. (3) Plastic Index, AASHTO T 90 a) If the percent passing the No. 200 sieve is less than 12%2 to 9 b) If the percent passing the No. 200 sieve is greater than 12%Less than 2 (4) Los Angeles abrasion, AASHTO T 9640% max. (5) Sodium sulfate soundness loss (5 cycles),12% max. AASHTO T 104 (6) Durability index (coarse), AASHTO T 21035 min. (7) Durability index (fine), AASHTO T 21035 min. (8) Fractured faces, ASTM D 582175% min. (9) 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. Do not furnish material that contains asbestos fibers. Obtain the aggregate gradation by crushing, screening, and blending processes as necessary. Fine aggregate, material passing the No. 4 sieve, shall consist of natural or crushed sand and fine mineral particles. Aggregate shall conform to the following target value ranges for surface gradation: Sieve SizePercent by Mass Passing Designated Sieve (AASHTO T 27 and T 11) Grading F 1 ½ inch100 1 inch97-100 ¾ inch76-89 (6) ½ inch 3/8 inch56-68 (6) No. 443-53 (7) No. 8 No. 1623-32 (6) No. 3015-23 (5) No. 40 No. 20010.0-16.0 (4) ( ) The value in the parentheses is the allowable deviation (+ or -) from the target values. If the plasticity index (PI) is greater than 0, the TV range for the No. 200 sieve size is 8-12 (4) Maximum water content to be included in the measured quantities will be 6%. Weight tickets for each delivered load shall be furnished to the COR. Submit target values within the gradation range shown in the above table for the required grading. After reviewing the proposed target values, the CO will determine the final values for the gradation, and notify the Contractor in writing. Delivery of all items shall be to the Deadwood stockpile site. From the junction of State Highway 14 and Forest Development Road NFSR 1803 (Wheeler Mountain) - Proceed 2.20 miles on the 1803 road to the junction of Road 522, the stockpile site. Delivery shall be not later than July 31, 2009. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. Quotations may be furnished by fax to 208-983-4098. Sec. 52.212-2 Evaluation--Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Past Performance of the quoter, including delivery of a quality product in a timely manner. Quoters shall furnish the names and telephone numbers of client contacts for whom similar work was performed in the past year. 2. Tonnage to be furnished Tonnage is the more important criterion. Quoters shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its quotation. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. 52.212-5 Contract Terms and Conditions Required ToImplement Statutes or Executive Orders--Commercial Items. (JUN 2008) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the following FAR clauses in this paragraph (b) which are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995), with Alternate I (SEP 2006) (41 U.S.C. 253g and 10 U.S.C. 2402). --(2) NA --(3) NA (4) [Reserved] --(5) 52.219-6, Notice of Total Small Business Set-Aside, (June 2003) (15 USC 644) --(6)(NA --(7) 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). --(8)(NA --(9) NA --(10) NA --(11) NA --(12) NA --(13) NA --(14) NA --(15) NA --(16)52.222-3, Convict Labor (JUN 2003) (E.O. 11755). --(17) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126). --(18) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). --(19) 52.222-26, Equal Opportunity (MAY2007) (E.O. 11246). --(20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). --(21) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). --(22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). --(23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). --(24) 52.222-50, Combating Trafficking in Persons (Aug 2007) --(25) 52.225-1, Buy American Act--Supplies (JUN 2003) (41 U.S.C. 10a-10d). --(26) NA --(27) 52.225-5, Trade Agreements (JUN 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). --(28) 52.225-13, Restrictions on Certain Foreign Purchases (NOV 2007) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). --(29) NA --(30) NA --(31) NA --(32) NA --(33) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). --(32) NA --(33) NA --(34) NA --(35)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). (c) NA (d) NA (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) NA (ii) 52.222-26, Equal Opportunity (MAY 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (vi) NA (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. Responses to this Request for Quotations will consist of the quoter’s past performance information, and the quantity of tons to be furnished for the available funding of $70,000. Quotations are due not later than September 18, 2008; 4:00 PM local time. Quotations may be mailed to Nez Perce NF, 104 Airport Road, Grangeville, ID 83530 or they may be furnished by fax to 208-983-4098. Provisions incorporated by reference are available at http://www.access.gpo.gov/nara/cfr/waisidx_06/48cfr52_06.html
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=be91ea237c3aeeb2a09c785e9f4a6d9f&tab=core&_cview=1)
 
Place of Performance
Address: Region One, Nez Perce National Forest, 104 Ariport Road, Grangeville, ID 83530, Grangeville, Idaho, 83530, United States
Zip Code: 83530
 
Record
SN01666919-W 20080913/080911224419-be91ea237c3aeeb2a09c785e9f4a6d9f (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.