Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
MODIFICATION

56 -- Coos Bay District Aggregate

Notice Date
8/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
212319 — Other Crushed and Broken Stone Mining and Quarrying
 
Contracting Office
Department of the Interior, Bureau of Land Management, Oregon Region, L OR-STATE OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
 
ZIP Code
00000
 
Solicitation Number
L09PS01031
 
Response Due
8/18/2009
 
Archive Date
9/17/2009
 
Point of Contact
Nunn, Stacia 503-808-6331, stacia_nunn@blm.gov<br />
 
E-Mail Address
Nunn, Stacia
(stacia_nunn@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
REVISEDThis is a COMBINED SYNOPSIS SOLICITATION for commercial items is 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 L09PS01031 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-35. All responsible sources may submit a quote which will be considered. This solicitation is set aside for small business concerns. See Numbered Note(s): 1. NAICS code 212319; size standard of 500 employees. This will be a firm fixed-price contract for the Bureau of Land Management, Coos Bay District, Oregon. Award will be made per line item. SUPPLY AND DELIVER: 1.Little Camp Creek Stockpile 11,200 TONS of 3 MINUS CRUSHED AGGREGATE2.Bridge Shop Stockpilea.8,400 TONS 1 1/2 MINUS CRUSHED AGGREGATEb.2,800 TONS 3 MINUS CRUSHED AGGREGATE TECHNICAL SPECIFICATIONS: 1)Crushed Aggregate: When crushed rock material is produced from gravel, not less than 75 percent by weight of the particles retained on the No. 4 sieve shall have 3 manufactured fractured faces. Crushed rock material shall consist of hard durable rock fragments conforming to the following gradation requirements:a.Table 1204 1 1/2 minus aggregate - Percentage by weight passing square mesh sieves AASHTO T 11 & T 27 SD 1.5 inch, G:100%, SD 1 inch --; SD 3/4 inch, G:50-90%, SD 1/2 inch --; SD No.4, G: 25-50%, SD No. 8 --; SD No. 30 --; SD No. 40, G: 5-25% and a SD No. 200, G: 2-15%b.Table 1205 3 minus aggregate - Percentage by weight passing square mesh sieves AASHTO T 11 & T 27 SD 3 inch, G: 100%, SD 2 inch, G: 90-95%, SD 1 inch, G: 45-75%, SD No. 4, G: 15-45%, SD No. 40, G: 5-25% and SD No. 200G: 2-15%.2)Crushed rock material retained on the No. 4 sieve shall have a percentage of loss of not more than 35 at 500 revolutions, as determined by AASHTO T 96.3)Crushed rock material shall show a durability value of not less than 35 as determined by AASHTO T 210.4)That portion of crushed rock material passing the No. 40 sieve, including blending filler, shall have a liquid limits of not more than 35, and a plasticity index of not less than 4 and not more than 12 as determined by AASHTO T 89 and AASHTO T 90.5)That portion of crushed rock material passing No. 4 sieve, including blending filler, shall have a sand equivalent of not less than 35, as determined by AASHTO T 176, except where that portion exhibits a sand equivalence of less than 35, the aggregate will be accepted if it complies with the additional requirement as follows:Sand Equivalent (SE): 34 - No. 200 Sieve AASHTO T 27: 9, SE-33:8, SE-32:7, SE31:6, SE30:5, SE29 or less: 4.6)STOCKPILES:a.The Contracting Officer Representative will mark the stockpile locations prior to rock haul.b.Any preparation required at the stockpile sites will be performed by government work crews, including any material required to stabilize the floor of the site. The completed stockpile of aggregate shall be neat and regular in form, and shall be made to occupy the smallest feasible area as staked by the Government. The side slopes shall not be flatter than 1:1. c.To avoid segregation of the various sizes in each stockpile, the aggregate shall be built up in layers of one to five feet in thickness. The aggregate shall be placed by truck or other approved types of equipment. Aggregate stockpiles shall be located and constructed within the marked areas so that no grading intermingling occurs. Pushing of aggregates into the stockpile with a bulldozer, or similar type of material- moving equipment, will not be permitted. However, bulldozers or similar equipment may be used in the leveling of aggregates. DELIVERY LOCATION AND PERFORMANCE: 1)Delivery shall be standard commercial practice and in a manner that will insure arrival at destination in a satisfactory condition and be acceptable to the carrier for safe transportation at the most economical rate F.O.B. to the two sites listed above. 2)Provide at least 48-hour notification to the COR prior to delivery. 3)Locations are shown on the drawings attached in FedConnect.net. Transportation maps are available at the BLM office located at 1300 Airport Lane, North Bend, Oregon. 4)All stockpiles shall be located in a designated area, staked by the COR. 5)The Contractor will be required to check out a government gate key for shop site and coordinate rock hauling with the Road Maintenance Department. The gate shall be left locked at all times unless the Road Department approves otherwise. 6)Approximately 11,200 tons of aggregate shall be delivery Little Camp Creek Stockpile. It is located 10.3 miles from Hwy 138. From Hwy 138, 0.3 miles on Mehl Creek Road, turn right on Henderer Road for 5.3 miles. Turn left on Bridge Road # 22-8-29.1 for 0.5 miles. Stay to the left at Y on Sawyer Creek Road. At this point, it is 4.1 miles to the stockpile.7)Approximately 11,200 tons of aggregate shall be delivered to Bridge Maintenance Shop. It is located 1/4 mile east of the Bridge School along Highway 42. MEASUREMENT AND ACCEPTANCE: 1)The aggregate described in these specifications will be measured and paid for by the ton. 2)Trip (truck) tickets shall be given to the government the day of delivery. Tickets shall have the following information: Company name, size of aggregate, date, truck number, drivers name, stockpile location, amount of tonnage to the nearest 0.01 ton. 3)The quantity of crushed aggregate shall be verified by load tickets from an Oregon certified scales at a moisture content of 6% maximum.4)One rock test per rock type shall be performed by the Contractor at the Contractors expense.5)Additional testing may be performed by the Government to assure quality compliance. 6)No rock hauling will be permitted prior to approval of testing.7)Final inspection and acceptance of supplies will be made by the Government at the place of delivery. 8)Once delivery has commenced, delivery must take place within a 45 calendar day period for per location or 60 for both locations and there shall be no deliveries of aggregate on Saturday, Sunday, or federal holidays unless approved prior by the COR. Offers shall submit signed and dated offers, either on a SF-1449 or letterhead stationery. Identify payment discount terms. APPLICABLE FAR CLAUSES AND OTHER 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 Items52.212-2 EvaluationCommercial 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: price and past performance. Past performance information may be based on the Governments knowledge of and previous experience with the quoter, 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. (b)Technical and past performance, when combined, are less important when compared to price.(c)Options. Not applicable. (d)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 CertificationsCommercial 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. 52.233-2 Service of Protest52.202-1 Definitions; 52.203-3 Gratuities; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 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 52.203-6 Alt. 1, 52.219-6, 52.2l9-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-20, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-5, 52.225-13, 52.232-33 52.211-18 Variation in Estimated Quantity; 52.242-13 Bankruptcy; 52.246-2 Inspection of SuppliesFixed-Price; 52.246-16 Responsibility for Supplies; 52.247-34 F.O.B. Destination; 52.253-01 Computer Generated Forms; 52.252-2 Clauses Incorporated By Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Federal Acquisition Regulation clauses: http://www.acquisition.gov/comp/far/index.htm and Department of the Interior Clauses: http://www.doi.gov/pam/1452-3.html Quotations shall be mailed to Bureau of Land Management, Oregon State Office (OR952), P.O. Box 2965, Portland, Oregon, 97208, e-mailed to Stacia_Nunn@blm.gov, or facsimile at (503) 808-6312, by Close of Business, 5:00 pm, Pacific Standard Time on or before August 24, 2009. For questions contact Stacia Nunn at (503) 808-6331.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L09PS01031/listing.html)
 
Record
SN01901200-W 20090807/090806002758-98766366e4730207e3079a72ff70f081 (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.