Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
SOLICITATION NOTICE

56 -- **RECOVERY** Cassia Division Aggregate Supply - Sawtooth NF - Solicitation Docs

Notice Date
4/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423320 — Brick, Stone, and Related Construction Material Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Forest Service, EROC Intermountain, 740 Simms Street, Golden, Colorado, 80401, United States
 
ZIP Code
80401
 
Solicitation Number
AG-82B1-S-10-0305
 
Archive Date
5/15/2010
 
Point of Contact
Paul Pierson, , douglas lee, Phone: 8014515180
 
E-Mail Address
paulpierson@fs.fed.us, douglasblee@fs.fed.us
(paulpierson@fs.fed.us, douglasblee@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Map Instructions to Offerors Copy of Combined Synopsis Solicitation (I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for proposal (RFP). Submit written proposals on RFQ Number AG-82B1-S-10-0305. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 423320, Brick, Stone, and Related Construction Material Merchant Wholesalers. The small business size standard is 100 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item/services: Furnish, haul and stockpile base and surface course aggregate at the site approved by the Contracting Officer. Work may include additive mineral filler, or binder, as required to meet gradation requirements. Aggregate furnished shall be crushed or screened and have multiple fractured faces. Aggregate Estimated QTY 1 ½” Minus Aggregate for Base Course1000 CY ¾” Minus Aggregate Surface Course1600 CY (VI) Detailed description of requirements is included in attached statement of work and exhibits. The following is a general description of the services to be performed: NOTE: SPECIFICATIONS The specifications for this project are found in the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-03 with the supplemental specifications as follows. 1.Gradation Grading and quality requirements for crushing or screening operations shall meet the requirements of the tables following. Provide gradation test results for each day material is produced. For each 500 cubic yards of material produced, furnish gradation test results (T 11 and T 27) from a certified testing laboratory. Furnish aggregate quality test results (T 89, T 90) at 10%, 30% 60% and 90% of contract quantity produced, from a certified testing laboratory. Furnish quality test results (T 96, T-176 and T 210) once for each material source, from a certified testing laboratory. 2.Mineral Filler or Binder Mineral filler or binder shall be added to meet quality and/or gradation requirements. Mineral filler or binder shall be uniformly blended into the material during crushing operations. 3.Stockpiling Transport and handle all materials to preserve their quality and fitness for use. Load, transport and stockpile in a manner that will preserve the specified gradation and avoid contamination. Keep stockpiles of different gradations separate from each other; avoid intermingling. Prepare the existing sites as needed to accommodate the quantity of aggregate to be stockpiled. Grade and shape the site to a uniform cross-section that drains. Make the stockpiles neat and regular in shape, with side slopes no flatter than 1v:1-1/2h. Build the stockpiles in layers not exceeding 3 feet thick. Complete each layer before depositing aggregates in the next layer. Do not allow aggregates from upper layers to run down over lower layers of the stockpile. 4. Aggregate for Base or Surface Courses Furnish aggregate materials conforming to the requirements shown below. Crushed Aggregate. Aggregate for crushed base or surface courses shall be crushed stone, slag, or gravel, meeting the requirements shown in the table below. Crushed aggregate gradation shall meet the requirements of Table 5.6.2 for the grading identified in the Schedule of Items. Aggregate shall be well graded from coarse to fine, within the gradation band. Gradation Table Percent Passing (AASHTO T 11 and T 27) SieveGrading for Base CourseGrading for Surface Course 1½-inch100 1-inch97-100 ¾ - inch76-89 100 ½ - inch 75-95 3/8 –inch56-68 65-85 No. 443-53 40-65 No. 5015-23 19-27 No. 20010-16 10-16 (VII) Date(s) and place(s) of delivery and acceptance: The project stockpile site is located on the Cassia division of the Minidoka Ranger District near the Diamond Field Jack parking lot. See the attached vicinity map. Period of Performance: Aggregate shall be delivered by May 15, 2010. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. See Addendum for additional instructions. (IX) Offers will be evaluated on their price and technical acceptability. (a)The Government will award the contract to the offeror(s) who (a) asserts to the terms of the RFP, and (b) has the best combination of experience, technical capability, and price. Experience is a matter of the number of opportunities an offeror has had to do similar work and to encounter the kinds of problems that the Contractor is likely to encounter in the performance of this contract. Proposals should be submitted initially on the most favorable terms, from a technical and cost standpoint, which the offeror can submit to the Government. However, the Government may, after evaluation of the proposals, conduct further oral or written discussions as appropriate with all offerors whose proposals are within the competitive range. (b)Award will be made to the responsible offeror whose proposal, conforming to the solicitation, is determined to be the best value to the Government, technical and price factors considered. (c)Each offeror’s proposal will be evaluated with respect to the experience, technical, and price factors. The non-price factors, when combined, are approximately equal to cost or price. (d)Price will contribute significantly to the source selection decision and will be evaluated as to completeness, realism and reasonableness. The importance of price will increase as the degree of technical merit differences between competing proposals decreases. If technical proposals are considered to be essentially equal in technical merit, price will become the determinative factor in making an award. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2009), with its quote or complete the Representations and Certifications on line at HTTP://ORCA.BPN.GOV. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2009), Alternate I applies to this acquisition. The following clauses under subparagraph (b) apply: 3, 4, 5, 19, 20, 21, 22, 23, and 39. The following clauses under subparagraph (c) apply: 1 This solicitation is issued under the American Recovery and Reinvestment Act and all requirements of the Act apply. The appropriate clauses are included under subparagraph (b) above. (XIII) The following clauses are also applicable to this acquisition: None (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. MT on April 30, 2010. All quotes must be mailed to the attention of Paul Pierson.FAXED/E-MAILED PROPOSALS WILL NOT BE ACCEPTED. Hardcopy proposals must be sent to USDA Forest Service - Intermountain EROC, c/o Paul Pierson, 740 Simms St., Golden, CO 80401. Proposals may be on the Offerors letterhead and must state the solicitation number (AG-82B1-S-10-0305) on the cover page and on the outside of the mailed envelope. Be sure to include the information requested in (VIII) above (to include information provided in the addendum) with your proposal. (XVI) Any questions regarding this solicitation should be directed to Paul Pierson at paulpierson@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a7eb6f268d48f40d122076895bdc94de)
 
Place of Performance
Address: Sawtooth NF, Idaho, United States
 
Record
SN02123317-W 20100417/100415235358-a7eb6f268d48f40d122076895bdc94de (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.