Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2009 FBO #2684
SOLICITATION NOTICE

94 -- Nonmetallic Crude Materials

Notice Date
3/31/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Bureau of Indian Affairs, BIA - DAPM, BIA - Navajo Regional Office Division of Acquisition P. O. Box 1060301 W. Hill Rm 346 Gallup NM 87305
 
ZIP Code
87305
 
Solicitation Number
RMN00090013
 
Response Due
4/14/2009
 
Archive Date
3/31/2010
 
Point of Contact
Karlene Zajicek Contract Specialist 5058638227 karlene.zajicek@bia.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
The Bureau of Indian Affairs (BIA) intends to issue a contract for rip rap rock, minor hot asphalt concrete and aggregate base course, including delivery, FOB Destination, to BIA Road Project N13 - Buffalo Pass near Lukachukai, AZ. A firm-fixed price contract will be awarded. The project is approximately 90 miles northwest of Gallup, NM and approximately 80 miles southwest of Farmington, NM. 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; offers are being requested and a written solicitation will not be issued. Solicitation No. RMN00090013 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-29. This acquisition is a small business set-aside. NAICS Code: 212321, Small Business Size Standard: 500 employees. 1. RIPRAP ROCK: The Riprap Rock, Class 2 shall conform to Subsection 705.02 - Riprap Rock, of the Standard Specifications FP-96 and shall meet Table 705-1, Gradation Requirements for Riprap of the Standard Specifications For Construction of Roads and Bridges on Federal Highway Projects, FP-96 (English units). Table 705-1 is listed below: Table 705-1 Gradation Requirements for Riprap - Class 2Percent of Rock by Mass Mass, lbs. Approximate Cubic Dimension, inches (2)(3)20 55 to 110 8 to 1030 22 to 55 6 to 840 2 to 22 3 to 610 (1) 0 to 2 0 to 3 (1) Furnish spalls and rock fragments graded to provide a stable dense mass. (2) The volume of a rock with theses cubic dimensions will have a mass approximately equal to the specified rock mass. (3) Furnish rock with breadth and thickness at least one-third its length. Furnish hard, durable, angular rock that is resistant to weathering and water action and free of organic and spoil material. Do not use boulders, shale, or rock with shale seams. All material shall have certificate of compliance and conform to the following: (a) Apparent specific gravity, AASHTO T 85: 2.50 min.(b) Absorption, AASHTO T 85: 4.2% max.(c) Coarse durability index, AASHTO T 210: 52 min.(d) Gradation for the class specified: Table 705-1 2. MINOR HOT ASPHALT CONCRETE: All material shall conform to Section 402 - Minor Hot Asphalt Concrete of the Standard Specifications For Construction of Roads and Bridges on Federal Highway Projects, FP-96 (English units). Provide a hot asphalt concrete mix composed of crushed stone or gravel and asphalt cement mixed in an approved plant. Use an aggregate gradation and quality and an asphalt cement grade and quality conforming to those normally used locally in the construction of highways by either Federal or state agencies. Include copies of laboratory test reports that demonstrate the properties of the aggregates, asphalt cement, additives, and mix meet Federal or state agency specifications. Also submit the maximum specific gravity (density) of the mix as determined by AASHTO T 209. 3. AGGREGATE BASE COURSE: Material shall conform to Subsection 703.05 of the Standard Specifications For Construction of Roads and Bridges on Federal Highway Projects, FP-96 (English units) and Table 703-2, Gradation Requirements for Grading D below. Furnish hard, durable particles or fragments of crushed stone, crushed slag, or crushed gravel conforming to the following: (1) Los Angeles abrasion, AASHTO T 96: 50% max. (2) Sodium sulfate soundness loss (5 cycles), AASHTO T 104: 12% max. (3) Durability index (coarse), AASHTO T 210: 35 min. (4) Durability index (fine), AASHTO T 210: 35 min. (5) Fractured faces, FLH T 507: 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. Table 703-2Gradation Requirements for Grading D Sieve Size Percent by Mass Passing Designated Sieve (AASHTO T 27 and T 11)37.5 mm (1-1/2 inch) 100 (1)25 mm (1-inch) 97 - 100 (1)9.5 mm ( 3/8 inch) 56 - 70 (7)4.75 mm (No. 4) 39 - 53 (6)425 um (No. 40) 12 - 21 (4)75 um (No. 200) 4.0 - 8.0 (3) (1) Statistical procedures do not apply. ( ) Allowable deviations (+/-) from the target values. Award will be made at a fair and reasonable price to the responsive and responsible offeror whose offer conforming to the requirements herein will be the most advantageous to the Government, price and other factors considered. DELIVERY: Delivery will be scheduled by, on an as-needed basis to BIA Road Project N13 - Buffalo Pass near Lukachukai, AZ. The project site is approximately 90 miles northwest of Gallup, NM and approximately 80 miles southwest of Farmington, NM. INSPECTION: Inspection will be done of materials when delivered and proof of compliance must be presented to Mr. Herbert Tom, Project Supervisor before acceptance of materials. CONTRACT CLAUSES: The following clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items; 52.212-2 Evaluations Commercial Items; 52.212-3, Offeror Representations and Certifications 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. 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.225-1, Buy American Act-Supplies (June 2003);52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36, Payment by Third Party (May 1999);52.211-16, Variation in Quantity (April 1984);52.211-17, Delivery of Excess Quantities (September 1989);52.229-3 Federal, State, and Local Taxes (April 2003); and52.232-18, Availability of Funds (April 1984). The following Department of Interior provisions and clauses apply to this solicitation:DIAR 1452-70, Release of Claims - Department of the Interior. The Federal Acquisition Regulations clauses and provisions are available in the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. QUOTE: (Include applicable delivery costs, fuel surcharges, taxes, and 4% Navajo Nation Tax in unit cost) 1. RIPRAP ROCK CLASS 2: $______________________ (Price per Cubic Yard) 2. MINOR HOT ASPHALT CONCRETE: $______________________ (Price per Ton) 3. AGGREGATE BASE COURSE: $______________________ (Price per Ton) Signed and dated offers, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial Items, are due at the Bureau of Indian Affairs, Navajo Regional Office, Division of Acquisition, Attention: Karlene Zajicek, P. O. Box 1060, Gallup, New Mexico 87305 by close of business, Local Time, April 14, 2009. Offers submitted by facsimile and email will be accepted. Any further questions regarding this announcement may be directed to Karlene Zajicek, Contract Specialist, at (505) 863-8227, by fax at (505) 863-8382 or by email at karlene.zajicek@bia.gov. All contractors submitting offers must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=62ffad48adbb50648dc9daa5b60e4d9d&tab=core&_cview=1)
 
Place of Performance
Address: Buffalo Pass Road Construction ProjectLukachukai, AZ<br />
Zip Code: 865070001<br />
 
Record
SN01782168-W 20090402/090331222053-62ffad48adbb50648dc9daa5b60e4d9d (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.