Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2009 FBO #2869
SOLICITATION NOTICE

56 -- RECOVERYRoad base and screened rock - supply and deliver

Notice Date
9/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - CHIC - CHICKASAW NATIONAL RECREATION AREA Contracting1008 West 2nd StreetEmail- rosalind_sorrell@nps.gov Sulphur OK 73086
 
ZIP Code
73086
 
Solicitation Number
N7130090126
 
Response Due
10/14/2009
 
Archive Date
9/30/2010
 
Point of Contact
Rosalind G. Sorrell Contract Specialist 5806227204 rosalind_sorrell@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY ACTION This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as Request for Proposal (RFP) No. N7130090126. The FAR clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-33. FAR clauses and provisions are available through Internet access at www.acqnet.gov/far. This solicitation is 100% small business set-aside. The North American Industry Classification System (NAICS) code is 484220. The small business size standard is $23.5 million. A firm fixed price contract will be awarded for these Commercial Items. This acquisition is for the supply and delivery of:4,300 tons of Type B, Grade 1, Flexible Road Base 500 tons of 1-1/2" - 3" screened aggregate. General Requirements for Type B, Grade 1, Flexible Road Base: The flexible base shall be material from an approved source. The flexible base material shall meet the requirements of Type B, Grade 1 flexible base material as defined by TXDOT Item 247 standards. Minimum plasticity index of 2. Sieve analysis and samples shall be submitted and approved prior to delivery. For TXDOT specs see the below site:ftp://ftp.dot.state.tx.us/pub/txdot-info/cmd/cserve/specs/2004/standard/s247.pdf Screened Aggregate: 100 percent passing the 3" sieve; 0-5% percent passing the 1-1/2" sieve. General Requirements for both Road Base and Screened Aggregate: The aggregate base course material shall consist of an intimate mixture of graded aggregate, coarse and fine, and shall be practically free from vegetable or other deleterious substances. Coarse aggregate shall consist of sound, tough, durable particles or fragments of disintegrated limestone. Fine aggregate shall be sand, stone dust, or other inert finely divided mineral matter. Inspection of the proposed material will be performed by the Contracting Officer's Representative from a stockpile sample upon which a test will be conducted before it is accepted, to ensure reasonable uniformity and acceptability. No substitution of materials shall be made without the prior approval of the Contracting Officer. Delivery to commence on or around October 5, 2009, and to be completed by February 28, 2010. Once delivery starts, it will continue for several days in a row until all material is delivered. All material shall be delivered to the Hannold Draw stockpile site located 3 miles north of Panther Junction, on Route 11 (US Hwy 385) in Big Bend National Park. The stockpile site will not accommodate belly dump trucks; only end dump trucks can negotiate the stockpile site. Deliveries shall be made Monday through Friday, with a minimum order of 20 tons. Delivery schedule is approximately 200-400 tons daily, as needed and scheduled with the Contracting Officer's Representative on-site. Panther Junction is located at the intersection of US Hwy 385 and TX 118. Weight tickets shall be provided for each load. Delivery shall occur between the hours of 9:00 a.m. and 3:00 p.m. Monday through Friday, and scheduled with the Contracting Officer's Representative on-site. Offeror schedule pricing shall be provided on plain bond paper with company identification clearly visible. 1.Supply and deliver Type B, Grade 1 Flexible Road base: Qty. 4,300 tons, unit price $_____ = Total price $__________ 2.Supply and deliver 1-1/2" - 3" screened rock:Qty. 500 tons, unit price $______ = Total price $__________ GRAND TOTAL $________ Award will be made to one contractor for both items. Both items must be bid in order to be considered. FAR 52.212-2, Evaluation-Commercial Items is applicable.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: 1. Price2. Past Performance - timeliness in delivery Whereas price is more important than past performance. 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 offer's 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. Offerors who did not provide past performance information will be considered non-responsive. Offerors wishing to respond to this RFP should provide the office with the following: A price offer on company letterhead for the requested items showing number of tons to be delivered for the listed prices AND a history of past performance with a minimum of 5 references listed. Offerors must furnish company name, official point of contact name, DUNS number, TIN number, address, phone and fax number, email address. The following FAR provisions and clauses are applicable to this acquisition: These clauses can be accessed through the website http://www.acqnet.gov/far 52.212-1 Instruction to Offerors-Commercial Items52.212-2 Evaluation - Commercial Items52-212-3 Offeror Representations and Certifications - Commercial Item52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Item 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 152.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.211-16 Variation in Quantity52.219-6 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 52.222-41 Service Contract Act52.225-1 Buy American Act - Supplies; 52.232-1 Payments52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration52.232-2 Service of Protest52.232-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim52.243-1 Changes - Fixed Price52.244-6 Subcontracts for Commercial Items52.246-2 Inspection of Supplies - Fixed Price52.246-4 Inspection of Services - Fixed Price52.247-34 F.O.B. DestinationARRA CLAUSES52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009.52.204-11 American Recovery and Reinvestment Act-Reporting Requirements. Contractors are required to be registered in the Central Contract Registration (CCR) government system prior to award to be eligible for government contract - the link can be found at http://www.ccr.gov. Contractors are required to be provide representations and certifications online at https://orca.bpn.gov All questions for this solicitation must be either faxed to Rosalind Sorrell at 580/622-2296 or emailed to rosalind_sorrell@nps.gov. Offers are due 4 p.m. CDT, October 14, 2009, and can be sent to National Park Service, Chickasaw National Recreation Area, 1008 West 2nd Street, Sulphur, OK 73086. Offers may be mailed or faxed to 580/622-2296. Call for confirmation of receipt of fax on 580/622-7204. All responsible sources may submit an offer which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N7130090126/listing.html)
 
Place of Performance
Address: Big Bend National ParkBig Bend, Texas
Zip Code: 79834
 
Record
SN01976157-W 20091002/091001001334-522ee0e10a5194e1683ae6424417b1c0 (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.