Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

99 -- Furnish and Deliver Aggregate to Specified Forest Service Roads, Lee Ranger District, George Washington & Jefferson National Forests - Exhibits for Solicitation

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, George Washington & Jefferson National Forests, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
 
ZIP Code
24019
 
Solicitation Number
AG-3395-S-09-0045
 
Archive Date
7/30/2009
 
Point of Contact
Laura M. Ingram, Phone: 540-265-5113, Anna Bryant, Phone: 540-265-5115
 
E-Mail Address
lauraingram@fs.fed.us, ambryant@fs.fed.us
(lauraingram@fs.fed.us, ambryant@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Maps Showing Locations of Forest Service Roads The George Washington & Jefferson National Forests has a requirement for VDOT Crusher Run Grade 26 aggregate to be furnished and tailgate spread for the Lee Ranger District at designated locations on specified roads in multiple counties in Virginia and West Virginia. PROJECT TITLE: Furnish Aggregate, Lee Ranger District, George Washington & Jefferson National Forests. This solicitation identified as AG-3395-S-09-0045 is issued as a Request for Quotations using simplified acquisition procedures. Issue date of this synopsis/solicitation is July 1, 2009. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Four maps showing road loactions will be attached with this solicitaion as exhibits. SET-ASIDE: This solicitation is a Total Small-Business Set-Aside. The applicable NAICS code is 484220; the applicable small business size standard $25.5 million. DESCRIPTION OF REQUIREMENT: Contractor shall furnish all materials, transportation, supervision, and equipment with operators necessary to deliver and tailgate spread VDOT Crusher Run Grade 26 aggregate to a thickness of 1” deep (or as otherwise directed by Forest Service personnel) at specified roads in strict accord with specifications, terms, and conditions herein. All costs for complete performance of the Government’s requirements should be included in the unit price. Recommended equipment: tri-axle or smaller truck. Delivery time shall not exceed 1 day per road requirement without mutual consent of the Government. Maps are attached for each road location. Line Items below contain the following information: Item Number, Road Name and Number, County, Estimated Quantity, Unit, Unit Price, and Total Price per Line Item 1)FR 1857 Bonnet Hill Road and FR 1857A Bonnet Hill Spur Road Warren (VA) 400Ton$_______$_________ 2)FR 1018 Marvin Chapel RoadHardy (WV) 250Ton$_______$_________ 3)FR 1869 Old Shaw GapWarren (VA) 65Ton$_______$_________ 4)FR 93 Vance’s Cove Frederick & Shenandoah (VA) 400Ton$_______$_________ (Gravel to be spotted along 6 miles) The period of this contract shall be from date of award through September 15, 2009. Award will be made to the responsible quoter offering the lowest unit price per ton per line item. The government may award up to 5 contracts from this solicitation. Delivery shall be determined at the time of issuance of the Notice to Proceed and will be weather dependent and contingent upon the work being completed on roads specified in the contract. Placement shall be along the designated roads as directed by the Forest Service on-site representative.The narrow roads are a factor in determining the number of trucks required for each job. Delivery times shall be scheduled so as to arrive at placement locations between the hours of 8 am and 4 pm Monday thru Friday unless prior arrangements have been agreed upon. The application rate shall vary according to the specific road segment as directed by the Contracting Officer’s Representative (COR) or Inspector The materials and their use shall comply with VDOT specifications for highway use. The aggregate sources shall be approved by the Forest Service before any materials are delivered to the site. Material delivered by truck shall be weighed in accordance with current Virginia and West Virginia Division of Highways Specifications for Roads and Bridges. Moisture required for Stone and Crushed Aggregate shall be added after loaded trucks have been weighed. Copies of weight tickets shall be provided to the COR upon delivery of materials. Sampling and Testing for quality of all items furnished in this contract will be the responsibility of the Contractor. The government retains the right to perform acceptance testing. The Vendor will be responsible for providing test results attesting to the gradation of materials delivered. Contractor is responsible for providing necessary sampling and testing for applicable sections shown in the current applicable Virginia and West Virginia Division of Highways Specifications for Roads and Bridges. Material failing to comply with the quality requirements will not be accepted. Trucks used for hauling the aggregate material shall have a clean, tight bed. All equipment and operators needed to meet this requirement is subsidiary to the supplying of the materials. Certified weight tickets for the aggregate delivered and placed will be the basis for compensation. Vendor’s invoices must be submitted in original and contain the following: All weigh ticket numbers for material delivered during the invoicing period. FS Contract Number and Delivery Order designations. Total Quantity and unit price with the total cost of each type of material furnished. (Total quantity invoiced shall be scale weights – supported by weigh tickets.) The Contractor shall exercise caution and care while pursuing the work to prevent unnecessary conflict with, or potential hazards to road users. Whenever possible, the road shall remain passable to traffic while work is being performed. The Contractor shall be held liable for any damage caused by his personnel or equipment to any existing structures such as bridges, culverts, signs, guardrails, or any other Government infrastructure or property. Repair or replacement to these structures shall be at the Contractor’s expense. The Government shall not be liable to loss, damage, or destruction of equipment furnished by the Contractor. SUBMIT QUOTATIONS: On company letterhead or form, no later than close of business July 15, 2009, by regular or express mail, to: USDA, Forest Service, Attn: Laura M. Ingram, 5162 Valleypointe Parkway, Roanoke, VA 24012. Quotes will be evaluated on price, past performance and experience. Any awards resulting from this solicitation will be firm, fixed price contracts. SPECIAL NOTE: Successful contractor must be registered in the Central Contractor Registration Database (www.ccr;gov) and in Online Representations and Certifications (http://orca.bpn.gov) prior to award of contract. Vendors must submit a DUNS number with their quotation. PROVISIONS AND CLAUSES: The following apply: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items (must be submitted with quote); 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; The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-33. All FAR provisions and clauses may be viewed on the web at www.arnet.gov/far/loadmain52.html. Contact Laura M. Ingram at 540-265-5113 or lauraingram@fs.fed.us, or Anna Bryant at 540-265-5115 or ambryant@fs.fed.us if you have questions regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/3434/AG-3395-S-09-0045/listing.html)
 
Place of Performance
Address: Lee Ranger District, Warren, Frederick and Shenandoah Counties, Virginia, Hardy County, WV, Edinburg, Virginia, 22824, United States
Zip Code: 22824
 
Record
SN01863568-W 20090703/090702003048-a640c591ba0e8c0fff4681ffdcfee09e (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.