Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2009 FBO #2861
AWARD

56 -- RECOVERY--56--Provide all the labor, equipment, materials, and supplies necessary to furnish and deliver R400 Rip Rap to Enid Lake in North Mississippi.

Notice Date
9/22/2009
 
Notice Type
Award Notice
 
NAICS
212312 — Crushed and Broken Limestone 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
W912EE-09-T-0041
 
Response Due
9/8/2009
 
Archive Date
11/7/2009
 
Point of Contact
Tracey Lowe, 601/631-7707
 
E-Mail Address
US Army Corps of Engineers, Vicksburg District
(Tracey.M.Lowe@mvk02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912EE-09-P-0221
 
Award Date
9/18/2009
 
Awardee
Patton-Tully Marine, LLC; 1242 N. 2nd St; Memphis TN, 38107-1704
 
Award Amount
1,651,360.00
 
Line Number
0001-0004
 
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-0041 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 212312 (SIC 1422) with a size standard of 500 Employees. THIS REQUIREMENT IS FUNDED UNDER THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009, P.L. 111-5. The U.S. Army Corps of Engineers (USACE), Vicksburg District has a requirement to provide all equipment, labor, fuel, transportation, and supplies necessary to furnish and deliver Riprap to Enid Lake in North Mississippi. This procurement may be quoted as follows: See Attachment 1, Bidding Schedule. GENERAL 1. C.1. Scope of Work. The Contractor shall provide all equipment, labor, fuel, transportation, and supplies necessary to furnish and deliver riprap to Enid Lake in North Mississippi. All stone shall be durable material as approved by the Government Representative. The stone shall be furnished from a Corps approved quarry (see attached sources). See Bid Form (attached) for quantities. C.2. Riprap. Only quarried stone shall be used. Riprap shall conform to the table below. A maximum of 10 percent flat and elongated pieces will be acceptable. A flat and elongated piece of riprap is defined as a stone with either the width or thickness of the piece being less than one-third of the length. TABLE I (FOR RIPRAP R400) PERCENT LIGHTERLIMITS OF STONE BY WEIGHT (SSD) WEIGHT, LB 100400 160 50160 80 15 80 - 30 C.3. Gradation Test The Contractor shall perform a gradation test on the riprap at the quarry in accordance with STANDARD TEST METHOD FOR GRADATION OF RIPRAP AND GRADED STONE. The sample shall be taken by the Contractor in the presence of the Government Representative. The Contractor shall notify a Government Representative not less than 3 days in advance of test. In the event of unavailability of a Government representative; the Contractor shall perform the tests and certify to a Government Representative that the riprap shipped complies with the specifications. At least one gradation test shall be performed per 50,000 tons of each size of riprap, but not less than one test shall be performed for each size. The gradation tests shall be reported using the forms, GRADATION TEST DATA SHEET and ENG FORM 4794-R, will be provided to the contractor. The contractor shall designate on the test form that portion in tons of the lot tested which is applicable to this contract. Any deviation from the reported tonnage shall be corrected and recorded on a revised GRADATION TEST DATA SHEET. The samples shall consist of not less than 25 tons of each size of riprap required, and shall be collected in a random manner which will provide a sample which accurately reflects the actual gradation arriving at the jobsite. Failure of the test on the initial sample and on any additional sample will be considered cause for rejection of the quarry and/or quarry process, and all riprap represented by the failed tests shall be set aside and not incorporated into the work. Any additional tests required because of the failure of an initial test sample will not be considered as one of the other required tests. If collected by truckload, each truckload shall be representative of the gradation requirements. The Government Representative may direct additional testing of the riprap at the project site if the riprap appears by visual inspection, to be out of gradation. The Contractor shall provide all necessary screens, scales and other equipment, the operating personnel, and shall grade the sample. Certification and tests results must be received by the Contracting Officer at the jobsite before the riprap is accepted. C.4. Delivery. The Trucking Company delivering the riprap to Enid Lake is to weigh the trucks on certified scales and provide tare weight tickets signed by a Government representative before payment is made. C.5. Quantity variation Quantity of riprap may vary 10% below tonnage shown on the contract. Communication between Government Representative and supplier will determine actual quantity delivered. C.6. Contaminated Material Riprap containing contaminated material that is not within gradation standards will not be accepted when delivered to Enid Lake. It shall be the responsibility of the contractor to remove all contaminated material from stone prior to delivery. Only riprap that is within gradation will be received and payment disbursed. C.7. Contractor shall supply excavator with operator and all fuel and any other equipment or supplies necessary to stack riprap at the designated delivery areas at Enid Lake as the deliveries are being made. All delivery areas are within 3 miles of Enid Dam. Delivery times are scheduled as Monday through Friday from 7:00 a.m. to 3:30 p.m. unless approved in advance by the Resource Manager. In the event that the trucking contractor is a different vendor than the vendor stacking the riprap, it shall be understood that any delays caused by equipment downtime shall be the responsibility of the contractor stacking the riprap and not the Government. Contractor shall comply with the US Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1 dated 15 Sep 2008. Onsite inspections will be made by the Government to insure compliance. This manual is available online at the following address: http://www.usace.army.mil/CESO/Pages/EM385-1-1,2008NEW!.aspx. This item shall be bid as one job. C.8. Pre-work Conference Prior to beginning work under this order, the Contractor and the supervisor in charge of the execution of this order shall meet with the Resource Manager or his/her representative at a time, date, and location established by the Resource Manager for the purpose of reviewing the requirements of this order, reviewing safety requirements, and furnishing points of emergency contact. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-09-T-0041/listing.html)
 
Record
SN01964738-W 20090924/090923000236-932642bfb1d820e31fad1f2d2c668588 (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.