Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOLICITATION NOTICE

56 -- Supply 1/4" minus sanding material (3/8" minus screenings of fractured rock) for government to pick up; varying quantity from 12 to 200 tons in a day; multiple trips through 10/31/09.

Notice Date
6/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, PWR - OLYM - Olympic National Park 600 East Park Avenue Port Angeles WA 98362
 
ZIP Code
98362
 
Solicitation Number
Q9512090063
 
Archive Date
6/8/2010
 
Point of Contact
Phaedra Fuller Contract Specialist 3605653009 phaedra_fuller@nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-22. The solicitation number is Q9512090063, and the solicitation is issued as a request for quotation (RFQ). The NAICS code is 212322 with an associated small business size standard of 500 employees. This solicitation is a small business set-aside. This solicitation will result in an award of a firm, fixed-price contract. The National Park Service, Olympic National Park (OLYM) has a requirement for a single contractor to supply an estimated 1,600 tons of 1/4 inch minus sanding material (3/8 inch screenings of hard, durable fractured rock). DELIVERY: OLYM will pick up material from vendor's location, which shall be within a 60 mile radius of Port Angeles, WA. OLYM will schedule multiple trips to pick up material, estimated between July through October 2009. The amount of material picked up will vary, from 12 to 200 tons in a day. OLYM is capable of hauling 14-15 truck loads in a day, approximately 200 tons. Picking up material on a first-come-first-serve basis will not be acceptable. The vendor must be capable of supplying the maximum amount of 200 tons on any day that OLYM schedules in advance to pick up material. Vendor shall propose the amount of lead time required in order to meet the 200 ton maximum quantity limit. Vendor shall be capable of providing weight/quarry tickets showing the type of material, quantity, date, and contract number; and invoices shall reference the quarry/weight ticket numbers and prices. PRICE SCHEDULE: unit price of $__________ per ton, (estimating 1,600 tons). The government shall only pay for actual quantities received and accepted. SPECIFICATIONS: (1) Scope: This specification applies to Fine Aggregate Sand for snow and ice control. (2) DESCRIPTION: Fine aggregate sand shall consist of clean, hard durable fractured rock and shall be free from lumps of clay, soft or flaky material, loam or other detrimental material, and also free of noxious weeds and seeds. Sanding material shall not contain more than 10% of material finer than the #200 sieve, using AASHTO Method T11. (3) GRADATION: The sand shall conform to the following gradation requirements: Square Mesh Sieve, size 3/8" = 100% Passing By Weight; Square Mesh Sieve, size #4 = 70-100% Passing By Weight; Square Mesh Seive, size #59 = 0 - 40% Passing By Weight; Square Mesh Seive, size #100 = 0 - 15% Passing By Weight; and Square Mesh Seive, size #200 = 0 - 10% Passing By Weight. (4) QUALITY CONTROL (PRE-AWARD): In no case shall sand be accepted that contains detrimental material. Source of supply must be specified on quote, and approved by the Roads Maintenance Supervisor. Vendor shall submit a 10 lb. sample of material to the Contracting Officer upon receiving notice of award. The sample will be inspected by the Roads Maintenance Supervisor, and upon his acceptance, the contract will be issued. (5) QUALITY CONTROL (POST-AWARD): If washed sand is supplied, it shall be stockpiled at least twenty-four hours before it is loaded and weighed in OLYM trucks. Vendor may be required to furnish testing samples of aggregate upon request by the Contracting Officer. Vendor shall notify the Contracting Officer in advance of any changes in the grade of material during the life of the contract, and the Contracting Officer shall approve of all changes prior to government acceptance of changed material. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. Award will be made on the basis of best value. The government reserves the right to make award without discussions. Quoters must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items, with its offer, or be electronically registered at the Online Representations and Certifications Application (ORCA) website. The ORCA website address is http://orca.bpn.gov. The clauses at 52.212-4, Contract Terms and Conditions - Commercial Items, apply to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses: 52.219-06 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation; 52.222-03 Convict Labor; 52.222-19 Child labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-26, Equal Opportunity; 52.225-01 Buy American Act - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. Clauses and provisions incorporated by reference in this solicitation can be accessed on-line in full text at the following websites: htt://www.arnet.gov/far or http://www.ios.doi.gov/pam/aindex.html. All quoters must be registered in the Central Contractor Registration (CCR) database. The CCR website is http://www.ccr.gov. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. Quotations must be received no later than Friday, June 26, 2009, 4:00 p.m., Pacific Daylight Time. Submit quotations to the attention of the Contracting Officer, Olympic National Park, 600 E. Park Avenue, Port Angeles WA 98362 or send by facsimile to (360) 565-3018. The point of contact for this solicitation is: Phaedra Fuller, Contract Specialist, Olympic National Park, telephone: 360-565-3009, email: Phaedra_Fuller@nps.gov, fax: 360-565-3018. Alternate Point of Contact is Rod Roberson, Contract Specialist, Olympic National Park, (360) 565-3024, rod_roberson@nps.gov. The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9512090063/listing.html)
 
Place of Performance
Address: Government must be able to pick up material from vendor located within a 60 mile radius of Port Angeles, Washington<br />
Zip Code: 983626757<br />
 
Record
SN01838452-W 20090610/090608234630-a5f1cdb66c8be02f5f9ee8f2ade92b55 (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.