Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
SOLICITATION NOTICE

56 -- FORT STANTON RECREATION AREA ROAD BASE

Notice Date
7/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212321 — Construction Sand and Gravel Mining
 
Contracting Office
Department of the Interior, Bureau of Land Management, National Centers Region, L OC-NOC SVC & SUPPLIES SEC(OC663)DENVER FEDERAL CENTERDENVERCO80225US
 
ZIP Code
00000
 
Solicitation Number
L09PS01129
 
Response Due
8/13/2009
 
Archive Date
9/12/2009
 
Point of Contact
Hepp, Chad M 303-236-0901, chepp@blm.gov<br />
 
E-Mail Address
Hepp, Chad M
(chepp@blm.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 Federal Acquisition Regulation (FAR) Subpart 12.6, 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. Solicitation L09PS01129 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-32. The North American Industry Classification System (NAICS) code is 212321 - Construction sand and gravel mining; small business size standard of 500 employees. This is a total set-aside for small business. This will be a firm fixed-price contract for the Bureau of Land Management. STATEMENT OF WORK AND SPECIFICATIONS: The contractor shall deliver 12,643 tons of road base to the Fort Stanton Recreation Area; located about 10 miles east of Capitan, New Mexico. Delivery shall occur within three weeks of the effective date of the contract. The attached statement of work includes additional detail and specifications, and is hereby incorporated. The material delivered must conform to all specifications and requirements outlined in the statement of work. STATEMENT OF WORK DETAILS AND SPECIFICATIONS: The contractor shall deliver 12,643 tons of road base to the Fort Stanton Recreation Area; located about 10 miles east of Capitan, New Mexico. Delivery shall occur within three weeks of the effective date of the contract. PART 1: GENERALA.Description of Work: The work of this section consists of furnishing, delivering and stock piling aggregate surface course materials at a site to be determined by the Contracting Officer at the Bureau of Land Management Fort Stanton Recreation Area. REFERENCESAASHTO T 11-90Amount of Material Finer Than 0.075 mm (No. 200) Sieve in AggregateAASHTO T 27-88Sieve Analysis of Fine and Coarse AggregatesAASHTO T 89-90Determining the Liquid Limit of SoilsAASHTO T 90-87Determining the Plastic Limit and Plasticity Index of Soils SUBMITTALS A.Certificates of Conformance: Submit an original and two copies of written certified lab tests from the supplier determining: gradation %, P.I., L.L., abrasion, soundness, and other specifications. These tests will be submitted prior to any material being transported to the site. B.Weight Tickets: Certified weight tickets from supplier for each load of aggregate material delivered to the project site. PART 2: PRODUCTS MATERIAL REQUIREMENTS A.Aggregate shall consist of hard durable particles or fragments of crushed gravel having a percent wear of 40 or less and the coarse aggregate shall have a soundness loss of 15 or less. The crushed material shall be free from excess flat, elongated, soft or disintegrated pieces, dirt or other foreign materials. B.Sixty percent by weight of all No. 4 plus material shall have a minimum of one mechanically fractured face. C.The combined crushed aggregate materials shall have a composite blend that meets the following requirements when tested in accordance with AASHTO T 11 and AASHTO T 27: Sieve SizePercentage of Weight Passing 1 inch 1003/4 inch 80 - 100No. 4 40 - 70No. 10 30 - 55No. 200 4 - 12 D.The portion of the crushed aggregate, including any blended material, passing the No. 40 sieve shall have a liquid limit (L.L.) of not more than 20 and a plasticity index (P.I.) of not more than six when tested in according with AASHTO T 89 and AASHTO T 90. PART 3: MEASUREMENT AND PAYMENTMETHOD OF MEASUREMENT A.Units: Measurement for payment will be the actual number of tons of crushed aggregate material required to cover the road, campsite turnouts, and parking lot at the specified compacted width and depth, in place, at the required density and as approved by the Contracting Officer. Material placed outside the design template will not be paid for.BASIS OF PAYMENT A.Payment: The accepted quantities, determined as provided above, will be paid for at the price per unit of measurement shown below. Prices and payments shall be full compensation for furnishing, delivering and stock piling all materials, including all labor, equipment and tools to complete the work prescribed in this section. This solicitation has one line item. 0112,643 tons of roadbase. SHIPPING AND DELIVERY, PERFORMANCE, AND ACCEPTANCE: 1) Delivery shall be standard commercial practice and in a manner that will insure arrival at thedestination in a satisfactory condition. All delivery will be F.O.B. destination and the price per ton shall include all delivery costs. The Contracting Officer shall specify the exact location of the delivery within the Fort Stanton Recreation Area at the time of contract award. Delivery shall be completed within three weeks of performance start date.2) Acceptance - Inspection and acceptance of the material will be made by the Government at the place of delivery. QUOTATIONS SHALL INCLUDE: 1)The solicitation number2)The name, address, and telephone number of the offeror3)Unit price and Total Price, and any discount terms4)"Remit to" address, if different than mailing address5)A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) or ORCA registration certification6)Acknowledgment of Solicitation Amendments7)Vendors shall submit signed and dated quotes on letterhead stationary or SF-1449. If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.APPLICABLE FAR CLAUSES AND ADDITIONAL PROVISIONS (included by reference): The following provisions are in full effect for this solicitation but will not be carried over for the resultant purchase order: 52.212-1 Instruction to Offerors - Commercial Items: Addendum to section (h) Not Applicable; 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: Award will be made on an all or none basis to the responsible firm whose quote is most advantageous to the Government, price and other factors considered. Past performance information may be based on the Governments knowledge of and previous experience with the vendor, or other reasonable basis. The Government may reject any or all quotes and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any or all quoters. Price shall be the primary factor when evaluating for award. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeror Representations and Certifications-Commercial Items: shall be completed as noted below and submitted with the quote. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, https://orca.bpn.gov/login.aspx, the offeror shall complete and submit a hard copy with their 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 (including 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, and 52.232-33). Quotations shall be mailed to Bureau of Land Management, National Operations Center (OC662), Denver Federal Center Building 50, P.O. Box 25047, Denver CO 80225-0047, e-mailed to Chad_Hepp@blm.gov, or facsimile at (303) 236-9470, by 18:30, Eastern Standard Time on or before August 13, 2009. For questions contact Chad Hepp at (303) 236-0901. Additional information is available at https://www.fedconnect.net.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L09PS01129/listing.html)
 
Record
SN01891158-W 20090731/090730000322-80e0e93cf96d8cb4091c6dccd65dcedd (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.