Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

99 -- RECOVERY--99--RECOVERY (ARRA); PROJECT NUMBER: 107235 -- PROVIDE CRUSHED STONE

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212319 — Other Crushed and Broken Stone Mining and Quarrying
 
Contracting Office
US Army Corps of Engineers, Vicksburg District, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE09T3964
 
Response Due
9/24/2009
 
Archive Date
11/23/2009
 
Point of Contact
b4ctsttl, 6016317270
 
E-Mail Address
US Army Corps of Engineers, Vicksburg District
(toni.t.lowe@usace.army.mil)
 
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. Solicitation No. W912EE-09-T-3964 is being issued as a Request for Quote (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-36. The NAICS Code for this procurement is 212319 (SIC 5032) with a size standard of 500 Employees. THIS REQUIREMENT IS FUNDED UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009, P.L. 111-5. Line Item 000l Supplies/Services: Furnish and deliver Crushed Stone to Yazoo Backwater Levee, Quantity: 19,000 Unit: Net Ton (2000lbs), Unit Price: $________, Total Price: $ ________. 1. GENERAL: The Contractor shall provide all equipment, labor, fuel, transportation, and supplies necessary to furnish and deliver 19,000 tons of crushed stone to locations along the Yazoo Backwater Levee in the state of Mississippi as described in the specifications and in accordance with the procedures set forth herein: a. Location A Redwood, MS area (Warren, Issaquena & Sharkey Counties): U.S. Highway 61 to Little Sunflower Structure - Stations 558 to 1108; approximately 19,500 tons of crushed stone. 2. QUALITY REQUIREMENTS. The coarse aggregate within the crushed stone shall have an abrasion loss of not more than 40 percent after 500 revolutions of testing via the Los Angeles Testing Machine in accordance with testing methods prescribed in AASHTO T 96. The coarse aggregate shall have a soundness loss of not more than 15 percent when subjected to five cycles of the magnesium sulfate test in accordance with testing methods prescribed in AASHTO T 104. The fraction of the crushed stone passing a No. 40 sieve shall have a liquid limit of not more than 30 in accordance with testing methods prescribed in AASHTO T 89. The fraction of the crushed stone passing a No. 40 sieve shall have a plasticity index, as determined in accordance with testing methods prescribed in AASHTO T 90, of not more than 6. Quality of aggregates will be accepted on the basis of test reports that show the material meeting the requirements of the specifications under which it is furnished. 3.CRUSHED STONE. 3.1DEFINTION. Crushed stone shall consist of clean, tough, durable, uncoated fragments of the parent rock obtained by mechanical crushing to meet the required gradation and other properties. 3.2 GRADATION. All crushed stone shall conform to the following gradation: U. S. Std. Square Mesh Percent by weight Passing Sieve Designation ASSHTO T 27 Testing Method 1-1/2 in. Minus 1-1/2 in. 100 1 in. -- 3/4 in. 50-95 1/2 in. 42-85 No. 4 25-65 No. 40 10-32 No. 200 3-12 The fraction of crushed stone passing the No. 40 sieve shall conform to the Following requirements: Liquid Limit (Max.) 25 Plasticity Index (Max.) 6 The crushed stone shall be well graded between the limits shown. All points on the individual grading curves obtained from representative samples of material shall lie between the boundary limits as defined by smooth curves drawn through the tabulated gradation limits plotted on ENG form 2087 (Exhibit A) or similar form. The individual gradation curves within these limits shall not exhibit abrupt changes in slope denoting either skip grading or scalping of certain sizes or other irregularities which would be detrimental to the proper functioning of the material. 5. Crushed Stone Sources. Crushed stone meeting the requirements of this contract has been produced in the past from the sources shown in Exhibit B to this contract. Crushed stone may be supplied from any of these sources or from another source subject to the conditions described below. However, by listing these sources the Government neither warrants that crushed stone from these sources will necessarily meet the requirements of this contract nor provides any immunity from the testing of crushed stone proposed to be furnished from these sources. 5.1. Crushed Stone from Sources not listed in Exhibit B. If the Contractor proposes to furnish crushed stone from a source not listed in Exhibit B, then, prior to beginning any deliveries, the crushed stone shall be subject to the testing requirements contained in the paragraph above entitled, Quality Requirements as directed by the Contracting Officer and at no cost to the Government. DESCRIPTION/SPECIFICATIONS 6. SOURCE VISIT. Prior to or after the issuance of a request for delivery, the Government may elect to visit the proposed source (quarries) to inspect the crushed stone prior to delivery. Accordingly, the Contractor shall furnish to the Contracting Officer the location(s) of the source where from the crushed stone will be obtained. The Contractor shall insure that the Government has access to these source(s) for such inspections. If the Government elects to inspect a source, the Contractor will be advised, and visit arrangements will be mutually compatible between the Government and the Contractor. Determinations made by the Government related to such visits shall not relieve the Contractor from any requirements in this contract. 7. MEASUREMENT OF MATERIALS. All crushed stone furnished under this contract will be measured for payment by the ton (2000 pounds). Quantities will be computed to the nearest whole ton. Material will be measured for payment, in the presence of a Government representative, by weighing on approved, accurately calibrated scales furnished by and at the expense of the contractor. Alternatively, weight certificates furnished by a public weighmaster will be acceptable. Each truckload will be weighed to the nearest 0.1 ton and the final quantity rounded to the nearest whole ton. All material will be measured for payment by weighing before being dumped on the levees and ramps. The Scales shall be of sufficient length to permit simultaneous weighing of all axle loads and shall be inspected, tested, and sealed as directed by the Contracting Officer to assure accuracy within 0.5 percent throughout the range of the scales. An acceptable scales company representative prior to weighing any of the material shall certify the scales (within 10 miles of the work site or the pit), the Contracting Officer may approve the use of the scales. The Contracting Officer will accept certified certificates furnished by a public weighmaster in lieu of scale weights at the jobsite. Quarry weights will not be accepted. Scales will be checked and recertified whenever a variance is suspected. In any event, the contractor shall not dump any load until it has been inspected and accepted by an authorized Government representative. If a load is dumped without this inspection and measurement, the contractor shall reload the material as directed by the Government representative and remove it from the jobsite until proper inspection and measurement can be made at not additional cost to the Government. The Contractor shall not allow the accumulation of material deposits in the trailer, i.e., lodged dirt, mud, gravel or stone. 8. CORPS OF ENGINEERS SAFETY MANUAL. The Contractor shall retain at least one copy of Corps of Engineers Manual EM 385-1-1, 3 November 2003 Revision, entitled Safety and Health Requirements Manual, or the latest version in effect on date of solicitation. This manual is available at www.usace.army.mil/inet/usace-docs. Correspondingly, the Contractor shall comply with Sections 1 through 32 as applicable to his/her activities in relation to the performance of work under this contract while conducting supply services and operations at the delivery locations defined in the written request for delivery NOTE! All delivery points will be designated hard hat areas. Protective headgear shall be worn by all contractor personnel when they are at these areas and are not inside a motor vehicle. DESCRIPTION/SPECIFICATIONS 9. OCCUPATIONAL SAFETY AND HEALTH ACT. This contract is subject to the provisions of the Safety and Health Regulations for Construction and Occupational Safety Standards, which are published by the U. S. Department of Labor under authority of Public Laws 91-54 and 91-596. INSPECTION AND ACCEPTANCE 1. GENERAL. Inspection and acceptance will be at the individual jobsite, in accordance with the contract clause entitled, Contract Terms and Conditions-Commercial Items. 2. TESTING. The Contractor shall determine the percentage of wear, gradation, liquid limit, and plasticity index of the crushed stone material. As a minimum for each quarry providing crushed stone, the material shall be tested once before delivery begins and once for each 1000 tons delivered. Once delivery has begun, samples for tests shall be taken from material that has been delivered to the jobsite. The on-site Government representative shall be notified when a sample is to be taken for each test and shall be given the opportunity to witness the taking of each sample. The Contractor shall accomplish the testing within two working days after the sample is taken and shall provide the original and one copy of all test results to the Government Representative within three working days after the test is taken. A laboratory that has been approved by the Contracting Officer shall perform the tests. Any additional sampling and testing shall be performed as part of the quality control testing program at the quarry and certified test reports shall be furnished with each barge load of material supplied under this contract. The quarry laboratory shall provide documentation that they have been validated and/or certified under the requirements of ASTM or ASSHTO Standards for Evaluation of Testing Facilities (based on compliance with ASTM E 548 and relevant paragraphs of ASTM D 3740). 3. UNSATISFACTORY MATERIAL. Any material furnished to the delivery point or dumped on site that is found not to be in compliance with these specifications shall be promptly removed by the Contractor at no cost to the Government. The fact that material may have been dumped before it was found unsatisfactory shall have no bearing on the Contractor's responsibility for removal under these circumstances. DELIVERY OR PERFORMANCE 1. DELIVERY. Delivery of crushed stone shall be made only as authorized by a written order of the Government representative. Required quantities, delivery rates, delivery periods, and delivery locations will be prescribed in each request for delivery. With respect to delivery periods, the Contractor shall commence deliveries within 14 calendar days of the date of receipt of the request for delivery or a later date if specified in the written request for delivery. 2. MINIMUM DELIVERY CAPABILITY. Although lesser delivery rates may be prescribed by individual requests for delivery, the Contractor shall be capable of delivering crushed stone to any location included in this contract at a minimum rate of 500 tons per 8-hour day on a continuous basis (Monday through Friday) until the quantity ordered has been delivered. If the Contractor has a greater delivery capability and he/she is willing to offer this capability to the Government at no additional expense, then he/she may advise the Contracting Officer of such capability so that it may be utilized, if desired by the Government. However, the offer of such additional capability shall have no effect upon the determination of the successful bidder. 3. COORDINATION OF DELIVERIES. The Contractor shall contact the COR designated in the individual request for delivery prior to beginning deliveries for the purpose of coordinating delivery activities with related work by others, i.e., spreading or stockpiling. 4. DELIVERY/HAULING VEHICLE IDENTIFICATION. To facilitate identification and logging of delivery vehicles, the Contractor shall insure that each vehicle or trailer used in executing deliveries either has individual license plates or identification numbers. All ID numbers shall be affixed to the sides of the vehicle or trailer. Any other vehicle or trailer identification numbering system used by the Contractor shall provide for uniform, plainly visible, and permanent numbering affixed to the sides of the vehicle or trailer. Such numbering or the use of license plates is necessary for individualizing each vehicle or trailer with respect to delivery activities under this contract; therefore, each vehicle or trailer shall have its own number when making deliveries under this contract. Vehicles with dirty or illegible license plates or identification numbers will not be allowed to dump until these plates or ID numbers are cleaned and made legible by the Contractor. 5. DELIVERY TICKETS. The Contractor shall provide serialized delivery tickets with each load delivered. These tickets shall be in duplicate and contain a carbon sheet or an equivalent method of transferring notations thereon from one ticket to its copy. At a minimum, the following information shall be shown on each ticket: Contractor's Name Delivery Vehicle ID Number Ticket Serial Number Date of Delivery Contract Number Location of Delivery (including county) Delivery Request Number Quantity Loaded on Truck (in tons) In addition to this information, the ticket shall have sufficient space for the Government representative to indicate thereon the amount measured as delivered, the time of delivery, and his/her signature. Subsequent to delivery and measurement, the Contractor shall provide the delivery ticket to the on-site Government representative for this notation and signature whereupon the Government representative will keep the original and give the copy back to the Contractor. The Government representative will not sign a delivery ticket where it is apparent the material does not meet the requirements of this contract or under circumstances where other conditions of this contract were violated. Also, signatures on a delivery ticket by anyone other than the authorized Government representative may represent improper measurement and inspection and be subject to improper measurement and inspection procedures as described in the paragraph entitled, Measurement of Materials. 6. DUMPING PROCEDURES. The Contractor may be required by individual written delivery requests to perform dumping in a prescribed manner, e.g., spaced partial load dumping (tailgating), to avail efficient spreading by others. The Contractor shall have a representative on-site to direct the operators of the hauling vehicles. 7. This solicitation requests submission of offers on which the price has been determined on a basis of delivery F.O.B. destination. Offers submitted on any basis of delivery other than F.O.B. destination will be rejected as non-responsive. 8. WEIGHT LIMITS. The Contractor shall be aware of and strictly comply with all load limits for State, county, parish, levee board, or private roads and bridges over which delivery vehicles may pass. Correspondingly, the Contractor shall assume all responsibility and costs for securing permission to use the roads and bridges. Likewise, the Contractor shall assume all liability for damages to such roads and bridges, which are incurred in the process of delivering material to designated delivery points. Where load limits are not posted on roads and bridges to be used, the Contractor shall contact the responsible agency/owner to determine the load limits prior to beginning deliveries. However, such load limits will not relieve the Contractor from any requirements contained in this contract. Only one award will be made from this solicitation for crushed stone under the provisions of this contract. Award will be made on the basis of the lowest, responsive, responsible bidder as considered to be in the best interest of the government. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.211-16, Variation in Quantity. 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 subparagraphs: 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009. 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements. 52.219-6, Notice of Total Small Business Set-aside. 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.225-13, Restriction on Certain Foreign Purchases, and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The following Clauses are also applicable to this acquisition: DFARS 252.204-7001, Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items including subparagraphs: FAR 52.203-3, Gratuities, DFARS 252.232-7003 Electronic Submission of Payment Requests. Reporting Requirements. Under Section 1512(c) (4) of the American Recovery and Reinvestment Act of 2009, recipients are to participate in the reporting process. The federal government has established a common framework for recipients to manage a data quality recipient reporting process at www.FederalReporting.gov. Only recipients that received funds under the list of programs subject to recipient reporting will report under these reporting requirements (see link below for the list).Supplement List of Programs Subject to Recipient Reporting. http://www.whitehouse.gov/omb/assets/memoranda_fy2009/m09-21-suppl.pdf. Therefore, recipients should view the webinars at: www.Whitehouse.gov/Recovery/WebinarTrainingMaterials for training/instructions on 1) how to register, 2) how to report the common elements, 3) how to check for data quality, and 4) determine estimates of job impact. Primes must incorporate sub-recipient reporting. Waivers will not be granted for reporting requirements, and non-compliance will be treated as a violation of the award agreement. All recipients will report via www.FederalReporting.gov. For additional information please contact your Contracting Agencys representative; the Contracting Officer or the Contracting Specialist. See Clause 252.204-7004. If you are not registered in the CCR, an award cannot be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Quotes are due 24 September 2009 not later than 2:00 p.m. at the USACE VICKSBURG DISTRICT, 4155 CLAY STREET, VICKSBURG, MS 39183-3435, ATTN: Toni T. Lowe. For information concerning this solicitation contact Toni T. Lowe at 601-631-7270 or email at Toni.T.Lowe@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE09T3964/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Vicksburg District ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN01956773-W 20090918/090916235915-8c5d8ece42cc9559266ed827873d3791 (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.