Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

91 -- GSB88 Fog Seal Oil, Yellowstone National Park and Grand Teton National Park.

Notice Date
4/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
 
ZIP Code
82190
 
Solicitation Number
N1574105010
 
Response Due
4/22/2010
 
Archive Date
4/7/2011
 
Point of Contact
Andy H. Fox Constracting Officer 3073442149 andy_fox@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
GSB88 Fog Seal Oil for Yellowstone National Park and Grand Teton National Park4/7/2010 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Quote number N1574105010. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6 and supplemented with additional information. The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the offeror providing the best value to the Government. NAICS code: 324121; Small business size standard: 500 employees. The proposed contract is 100% set-aside for small business concerns. All responsible small business concerns may submit an offer which shall be considered by the National Park Service (NPS). The anticipated award date is on or about April 30, 2010. Address questions regarding this solicitation to Andy Fox at Andy_Fox@nps.gov or 307-344-2149. 2) STATEMENT OF WORK: Line Item #1: The contractor shall supply, transport, and deliver 34,000 gallons of GSB88 Fog Seal Oil to Yellowstone National Park, between Tower Junction and the North East Entrance of Yellowstone National Park. The delivery of oil to Yellowstone National Park will be in 25 ton maximum loads, with total truck length not to exceed 75 feet in total length of the unit. Anticipated delivery: 8/9/2010 - 8/20/2010. National Park Service personnel will coordinate with contractor times of delivery, date of delivery and amount of oil per day. Line Item #2: The contractor shall supply, transport, and deliver 17,000 gallons of GSB88 Fog Seal Oil to Grand Teton National Park, at the South Entrance area of Yellowstone National Park. Super Tankers will be allowed to deliver oil to this Park unit. Anticipated delivery: 7/26/2010 - 7/30/2010. National Park Service personnel will coordinate with contractor times of delivery, date of delivery and amount of oil per day. OPTION Line Item #3: The contractor shall supply, transport, and deliver 28,000 gallons of GSB88 Fog Seal Oil to Yellowstone National Park, between Canyon and Norris Junction of Yellowstone National Park. The delivery of oil to Yellowstone National Park will be in 25 ton maximum loads, with total truck length not to exceed 75 feet in total length of the unit. Anticipated delivery: 8/9/2010 - 8/20/2010. National Park Service personnel will coordinate with contractor times of delivery, date of delivery and amount of oil per day. GSB-88 Emulsified Sealer/Binder is a chemically engineered asphalt pavement sealer/binder comprised of a cationic emulsion of Gilsonite Ore, and specially selected plasticizers. This chemical colloid stabilized emulsion has been specifically formulated for sealing asphalt parking lots, city streets, county roads, airport taxiways, and airport parking aprons. GSB-88 provides a durable, yet flexible top coat, while special plasticizers and oils penetrate and rejuvenate asphalt pavements. The result is an emulsified sealer/binder that restores vital components to asphalt pavements lost during the aging and oxidation process. The gilsonite seal provides a long wearing anti-oxidative seal for the surface of the asphalt pavement. GSB-88 beautifies asphalt pavements by drying to an absolute black color. Specifications: GSB-88 is available in either a concentrate or ready to use form. The concentrate form allows large shipments via tank truck or railroad tank car. The concentrate form must be diluted with water prior to application.Specifications for GSB-88 Concentrate are as follows:Saybolt Viscosity at 77F (25C) ASTM 0-24420 to 100 secondsResidue by Distillation, or Evaporation57% min.Sieve test ASTM 0-244 (two tenths of one %)0.2%5 day Settlement test ASTM 0-2445.0% max.Particle charge (1) ASTM 0-244Positive Specifications for GSB-88 Ready-to-Apply:Saybolt Viscosity at 77F (25C) ASTM 0-24410 to 50 sec.Residue by Distillation, or Evaporation28% to 42%Pumping Stability test (2)Pass Tests on Residue from Distillation, or Evaporation:Viscosity astm 275F (135C) ASTM 0-44021750 cts max.Solubility in 1,1,1 trichloroethylene ASTM 0-204297.5% min.Penetration ASTM 0-550 dmm max.Asphaltenes ASTM 0-200715% min.Saturates ASTM 0-200715% max.Polar Compounds ASTM 0-200725% min.Aroma Period of Performance: The contractor shall be capable of delivering the quantity of materials noted for each line item during the delivery dates noted for each line item. The Government reserves the right to modify the delivery dates noted for each line item to allow for delivery prior to September 30, 2010. The contractor shall coordinate the exact dates and times of delivery with the National Park Service, at least one week in advance. Delivery: The work shall consist of delivery of GSB88 Fog Seal Oil at a 1:1 dilution ratio to Yellowstone National Park and Grand Teton National Park. The contractor shall adhere to all roadway use regulations. The contractor shall deliver oil to the approximate locations noted in the line items above. The contractor shall coordinate the exact dates and times of delivery with the National Park Service in advance. During the period of performance, the National Park Service shall contact the contractor to place orders for specific amounts of oil. The contractor shall insure total for all amounts ordered and delivered does not exceed the amount noted in the contract line items. The contractor's schedule shall allow the NPS a 3 hour time span from the time the contractor's delivery trucks arrive at the project site to the time the NPS is actually able to accept delivery and release the trucks. Demurrage charges for extra time the oil transports are held beyond 3 hours, costs for holding a tanker overnight, and return to plant charges will be negotiated when identified and processed by modification. Submittals: At the time of delivery and with each invoice the contractor shall provide trucking manifests which shall serve as contractor certification as to the number of gallons delivered. 3)CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. Provisions and clauses noted below may be accessed at http://www.acquisition.gov/far/index.html. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of offers meeting or exceeding the acceptability standards for non-price evaluation factors. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The offeror must receive at least a satisfactory past performance rating by the National Park Service. The Nation Park Service will evaluate past performance based on, the Government's knowledge of offeror's past performance, and / or references obtained from any other source. Paragraph "b" of the provision is hereby replaced with the following: The Government will evaluate quotes for award purposes on a line item basis. The Government reserves the right to award any, all or none of the line items to one or multiple offerors based upon achieving the best value to the Government. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: all Offerors shall complete and submit the provision to the Contracting Officer with their offer if they do not have an active listing in ORCA (Online Representations and Certifications). Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.203-6 Alt I, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9, 52.225-1, 52.225-13, and 52.232-33. Clause 52.211-18 Variation in Estimated Quantity, applies to this acquisition: If the quantity of a unit-priced item in this contract is an estimated quantity and the actual quantity of the unit-priced item varies more than 15 percent above or below the estimated quantity, an equitable adjustment in the contract price shall be made upon demand of either party. The equitable adjustment shall be based upon any increase or decrease in costs due solely to the variation above 115 percent or below 85 percent of the estimated quantity. If the quantity variation is such as to cause an increase in the time necessary for completion, the Contractor may request, in writing, an extension of time, to be received by the Contracting Officer within 10 days from the beginning of the delay, or within such further period as may be granted by the Contracting Officer before the date of final settlement of the contract. Upon the receipt of a written request for an extension, the Contracting Officer shall ascertain the facts and make an adjustment for extending the completion date as, in the judgment of the Contracting Officer, is justified. The contractor shall insure total ordered and delivered for each individual line item does not exceed the estimated quantities noted in the contract line items unless first receiving a written contract modification from the Contracting Officer. Clause 52.217-05, Evaluation of Options, applies to this solicitation. Clause 52.217-7 Option for Increased Quantity-Separately Priced Line Item, applies to this acquisition: The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within either at the time of award or at any time prior to end of the period of performance. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. The notice to exercise the option will be provided to the contractor at least 14 calendar days prior to the start of the required delivery period. Clause 52.217-08, Option to Extend Services, applies to this solicitation. The last sentence of this clause shall be read as follows: "The Contracting Officer may exercise the option by written notice to the contractor prior to expiration of the existing period." 4) PROPOSAL: Solicitation: N1574105010, GSB88 Fog Seal Oil Due: 2:00 pm Mountain Time, Thursday, April 22, 2010 Submit to: E-mail: Andy_Fox@nps.gov or Fax: 307-344-2079. DATE: _____________________________________________________________________________________; CONTRACTOR: ______________________________________________________________________________; ADDRESS: _________________________________________________________________________________; DUNS Number: ______________________________________________________________________________; Contact Name: ______________________________________________________________________________; Phone: ____________________________________________________________________________________; Fax: _______________________________________________________________________________________; E-mail: ____________________________________________________________________________________; Base Proposal Line Items: Line Item #: 1, GSB88 Fog Seal Oil To Yellowstone National Park between Tower Junction and North East Entrance, Estimated Quantity: 34,000 gallons, Unit Price: $______________, Extended Price: $______________; Line Item #: 2, GSB88 Fog Seal Oil to Grand Teton National Park at the South Entrance of Yellowstone National Park, Estimated Quantity: 17,000 gallons, Unit Price: $______________, Extended Price: $______________ ; Option Line Items: Line Item #: 3, GSB88 Fog Seal Oil To Yellowstone National Park between Canyon and Norris Junction,Estimated Quantity: 28,000 gallons, Unit Price: $______________, Extended Price: $______________. TOTAL: $_______________________ General Notes1. Offerors shall submit a price for all line items; failure to do so may render the offer unacceptable.2. On lump-sum line items, provide total price only.3. If no item exists for a portion of the work, include the price in a related line item.4. In case of error in extension of prices, unit price governs.5. In case of error in summation, the total of the corrected amounts govern.6. The Government reserves the right to award any or no options at the time of award. 7. The Government reserves the right to exercise any of the options, at the prices stated in the schedule, at any time prior to the end of the contract term.8.Quoters acknowledge that estimated quantities are not guaranteed, and are solely for the purpose of proposal evaluation, and final payment for all Unit Price items will be based on actual quantities, determined as provided in the Contract Documents.9.The contractor shall not exceed the estimated quantities unless first receiving a written approval from the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1574105010/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY.
Zip Code: 82190
 
Record
SN02114768-W 20100409/100407234731-dd8d35a1af0fae94f96b7352a0e0d2cc (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.