Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
SOLICITATION NOTICE

56 -- RECOVERYTAS::14::1035::TAS RECOVERY PWR ARRA LAVO 86012B Gravel (Water Plant)

Notice Date
2/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - REDW Redwood National and State Parks 1111 Second Street Crescent City CA 95531
 
ZIP Code
95531
 
Solicitation Number
Q8400100018
 
Response Due
3/5/2010
 
Archive Date
2/18/2011
 
Point of Contact
Kathryn J. Crowthers Contract Specialist 7074657315 Kathryn_Crowthers@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
RECOVERYTAS::14::1035::TAS RECOVERY 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 a Request for Quote (RFQ) No. Q8400100018. The FAR clauses and provisions enclosed are those in effect through Federal Acquisition Circular (FAC) 2005-38. FAR clauses and provisions are available through internet access at www.acquisition.gov/far. This solicitation is a total set-aside for small business. The NAICS code is 423320-Gravel, construction, merchant wholesalers, with an associated small business size standard of 100 employees. A firm, fixed price contract will be awarded for these commercial items. Award to be based on price alone for material meeting the description specified below. A. Description of Item Required: Lassen Volcanic National Park, Mineral, CA has a requirement for: 1.350 tons inch minus crushed rock, aggregate-course gravel. Gravel/base to be CalTrans Specification/Class II aggregate, gray in color. Cal Trans specifications are available at the web site http://www.dot.ca.gov/hq/esc/oe/specifications/std_specs/2006_StdSpecs/2006_StdSpecs.pdf. Aggregate bases are described in section 26 beginning on page 233 of that document. General requirements for screened aggregate material:The rock shall be 3/4 minus 100% crushed and shall be free of vegetable matter and other deleterious substances. It shall be of such nature that it can be compacted readily under watering and rolling to form a firm and stable surface. Aggregate may include material processed from reclaimed asphalt concrete, Portland cement concrete, lean concrete base, and cement treated base or a combination of any of these materials. If recycled material is utilized, rock may originate from a source other than a quarry. The amount of reclaimed material shall not exceed 50% of the total volume of the aggregate used. 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 will be made without the prior approval of the Contracting Officer. Safety: The Contractor shall exercise due caution and care when working to prevent undue conflict with public users of roads. Roads shall remain passable to traffic during the Contractor's operations. The Contracting Officer has authority to have deliveries stopped when weather or road conditions are unsuitable for the hauling of aggregate. If operations are stopped for any reason, the Contractor will be notified by the CO twenty-four (24) hours prior to resuming operations. Damage to Property: The Contractor shall be responsible for any damage caused by his/her personnel or equipment to any existing structures such as culverts, signs, cattle guards, and riprap protecting culvert inlets and/or outlets. Damaged items shall be repaired or replaced by the Contractor at no additional cost to the Government. Pollution and Erosion Control: During all operations under this contract, the Contractor shall take reasonable measures to prevent or minimize soil erosion and pollution of water and other resources. All refuse, including garbage, rubbish, and solid or liquid wastes, from the Contractor's operations, including camps, parking areas, and equipment maintenance areas, shall be stored, collected, and disposed of in a sanitary and nuisance-free manner. Refuse shall be disposed in State-approved landfills or as approved by the COTR. B. Delivery: The delivery location is Drakesbad Guest Ranch in Warner Valley within Lassen Volcanic National Park, Mineral CA 96063. Delivery shall be not earlier than June 1 and not later than June 15, 2010. The contractor shall supply copies of weight/quarry tickets showing the type of material, quantity, delivery date, and contract number attached to corresponding invoices.. PRICE SCHEDULE: unit price of $__________ per ton, delivered (estimating 1,350 tons). The government shall only pay for actual quantities received and accepted. Offerors wishing to respond to this RFQ must provide the following: 1. Offeror pricing shall be provided with price per ton and total price. 2. Offeror must provide company name, official point of contact, DUN's Number, TIN Number, full address, telephone and fax numbers and email address. The following FAR provisions and clauses are applicable to this acquisition; these clauses can be accessed through website http://www.acquisition.gov/far 52.203-15 Whistleblower Protections52-204-7 Central Contractor Registration (CCR52.204-11 American Recovery and Reinvestment Act - Reporting Requirements52.212-1 Instructions to Offerors - Commercial Items52.212-2 Evaluation - Commercial Items52.212-3 Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items52.225-1 Buy American Act - Supplies52.232-1 Payments (fixed price) Contractors are required to be registered in the Central Contractor Registration (CCR) government system prior to award to be eligible for award of government contracts. The link can be found at http://www.ccr.gov. Contractors are also required to provide on-line representations and certifications at http://orca.bpn.gov Offers may be mailed, e-mailed (preferred), or hand delivered, and are due at the contracting office no later than: 4:00 p.m., PST, March 5, 2010 Address: National Park Service, 1111 Second Street, Crescent City CA 9531 ATTN: Contracting E-mail Address: kathryn_crowthers@nps.gov Requests for Information: All requests must be submitted in writing to:E-mail Address: kathryn_crowthers@nps.gov The resulting contract from this combined synopsis/solicitation will be funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act). In accordance with contract clause 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements, the contractor is required to register in FederalReporting.gov and report certain information as required by the clause. Reports shall be submitted during the first 10 days after the end of each calendar quarter. To assist you in registering and completing the reporting requirements, the following codes are provided: ARRA Project 152775Treasury Account Symbol (TAS): 14 1035Awarding Agency Code: 1443Government Contracting Code: 80000Funding Agency Code: 1443 423320-Gravel, construction, merchant wholesalers
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8400100018/listing.html)
 
Place of Performance
Address: Lassen Volcanic National Park38050 Hwy 36 EastMineral CA
Zip Code: 96063
 
Record
SN02068348-W 20100220/100218234928-22f52ff5ec1bcf9be9e5563b4be1bbf4 (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.