Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOLICITATION NOTICE

94 -- Aggregate Materials

Notice Date
4/28/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - BICA - Bighorn Canyon National Recreation Area PO BOX 7458 ( 5 Avenue B ) Fort Smith MT 59035
 
ZIP Code
59035
 
Solicitation Number
Q139010A023
 
Response Due
5/14/2010
 
Archive Date
4/28/2011
 
Point of Contact
Jay G. Tobin Contract Specialist 4066663321 Jay_Tobin@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
Aggregate Chips - Devils Tower National Monument 1) GENERAL INFORMATION This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q139010A023. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through the current FAC and are available in full text through Internet access at http://www.acquisition.gov/far. (NOTE: this requirement was previously posted as RFQ Q1390100023; the quantity required has been changed and the solicitation is being reissued accordingly.) This acquisition is a 100% small business set-aside. The National Park Service encourages the participation of disadvantaged, veteran and women owned business enterprises. The North American Industry Classification System (NAICS) code for this project is 212321 with a size standard of 500 employees. All responsible small business concerns may submit a quotation which shall be considered by the National Park Service. QUOTES ARE DUE for this combined synopsis/solicitation on May 14, 2010 at 1:30 PM Mountain Time and shall be delivered by the specified time to the National Park Service, Bighorn Canyon National Recreation Area, ATTN Contracting Office. Quotes may be faxed to 406-666-2415 or emailed to Jay_Tobin@nps.gov; no oral quotations will be accepted. Quoters must furnish their company name, DUNS number, address, phone and fax number, e-mail address, and official point of contact. All quotes must be signed by authorized company official and dated. Questions regarding this solicitation should be emailed to Jay_Tobin@nps.gov. No telephone questions accepted. Any award resulting from this solicitation will be a Firm-Fixed-Price type contract. 2) STATEMENT OF WORKThe National Park Service has a requirement for 1,000 tons of 3/8" aggregate chips for chip sealing to be delivered to Devils Tower National Monument, Devils Tower, WY 82714. This requirement is for supply and delivery only; installation will be performed by Park Service employees. The delivery is to be completed by July 30, 2010 and may be invoiced upon acceptance. The aggregate must conform to the following specifications:SPECIFICATIONS:Cover material shall meet the requirements of the following table of gradations as determined by Montana Specification MT-70 1, Table 701-12. Aggregate Gradation Table:Sieve SizePercent Passing by Weight3/8" 100%No. 4 9 - 50%No. 8 2 - 20%No. 200 2% or less 1. The material shall be non-plastic as determined by Montana Specification MT-701. 2. The composite aggregate shall be washed free from adherent films of clay, vegetable matter, frozen lumps, or other extraneous matter that will prevent thorough coating with bituminous material. The aggregate shall be of such nature that the coating of bituminous material must remain adhered to the material upon contact with water. No combination of shale, clay, coal, or soft particles shall exceed 1.5% in total. 3. The material shall have a wear not to exceed 30% at 500 revolutions, as determined by Montana Specification MT-701. 4. A minimum of 50% by weight of the course aggregate for grade 5A must have at least one (1) machine fractured face. Coarse aggregate is defined as that portion of the aggregate retained in the No. 4 sieve. 5. The aggregate shall have a cleanness value of not less than 75 when tested in accordance with Montana Specification MT-70 1.0 1. 1. 6. Unless otherwise specified, the composite aggregate shall have a swell of not more than 8% in 8 days and shall show no cracking or disintegration when tested for volume swell and water absorption in accordance with Montana Specification MT-307. 7. Successful contractor shall supply results of test documents to NPS prior to commencement of delivery.WEIGHT AND PAYMENT: The contractor shall furnish weigh tickets from state certified scales for each delivery made. Payment will be made on actual quantities delivered and accepted. TESTING: The contractor shall have test samples submitted to the government for suitability evaluation at least two (2) weeks prior to the actual delivery or acceptance of the cover aggregate. VEGETATION MANAGEMENT: The control of noxious weeds shall be achieved through a weed management plan: All parties submitting bids must have a current weed management plan that has been approved by the local county weed board and Devils Tower National Monument. All plans require one annual inspection by park staff during the growing season (June - August) prior to sale of material. Parties submitting bids must provide proof of the most recent weed inspection by Devils Tower National Monument staff. The weed inspection will designate a pit in one of three rating categories: acceptable, conditionally acceptable, or unacceptable. Sand and gravel from a pit designated as unacceptable can be used if the material is heat treated to 300 degrees Fahrenheit and promptly transported from the quarry to the park or a pre-approved weed free storage area to prevent possible weed contamination. A list of weeds of concern, as well as information on current ratings of area gravel pit can be obtained from Devils Tower National Monument. Contact: richard.steele@nps.gov. The control of noxious weeds shall be achieved as follows:All vehicles and equipment to be used in Devils Tower National Monument shall be thoroughly pressure washed prior to arrival. Equipment shall be inspected at the appropriate park entrance station by a designated park employee and only clean equipment shall be permitted into the park. Particular attention must be shown to the under carriage and any surface where soil containing exotic weed seeds may exist. All loaded trucks and trailers shall be covered (tarped) when loaded. These efforts are critical to prevent the introduction and establishment of non-native plant species into the park. Equipment inspection will be scheduled by the maintenance office and take place at the park entrance stations. Inspection records shall be maintained by the park service. Equipment found operating in the park that has not been inspected shall be dead-lined and subject to a citation. Copies of the referenced Montana Specifications may be obtained from the Montana Department of Highways, Highway Building, Helena MT 59620. INFORMATION TO BE SUBMITTED BY CONTRACTOR: Item 0001, Aggregate, per ton (not to exceed 1,000 tons): $_______ x 1,000 = $___________ Business Name: ____________________________________ DUNS #: ___________________ Business Address: ______________________________________________________________ Business Phone: _______________________________ FAX: ___________________________ Email Address: ___________________________________________ Offeror Name: ______________________________________ Date: _____________________ Offeror Signature: ______________________________________ 3) CLAUSES AND PROVISIONSOfferors must review and comply with the FAR Provisions/Clauses which apply to this solicitation. The full text of these may be accessed electronically at the website: http://www.arnet.gov/far. The following provisions and clauses are specifically referenced in this acquisition and are required in the response to this solicitation. They will remain in full force in any resultant award: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION OF COMMERCIAL ITEMS, Paragraph "a" of the provision is hereby amended with the following: "The government reserves the right to evaluate quotes and award a contract (or contracts) without discussions with offerors. Quotes shall be evaluated on the basis of lowest priced, technically acceptable. Offerors shall provide sufficient documentation to substantiate suitability";52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, the offeror must include a completed copy of this provision with their quote or state that they are located on website: http://www.bpn.gov/;52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS;The following clauses are added as an addendum to 52.212-4:FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE;FAR 52.252-6, AUTHORIZED DEVIATIONS IN CLAUSES;52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition including 52.222-3, Convict Labor, 52.225-13, Restriction on Certain Foreign Purchases, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, and incorporating the following Paragraph (b) clauses:52.219.06, Notice of Total Small Business Set-Aside;52.222-19, Child Labor-Cooperation with Authorities and Remedies;52.222-21, Prohibition on Segregated Facilities;52.222-26, Equal Opportunity;52.225-01, Buy American Act (Supplies);52.232-33, Payment by Electronic Funds-Central Contractor Registration; Prospective contractors must be registered in the electronic Central Contractor Registration Database (www.bpn.gov/ccr) prior to award of a government contract. Offerors are further advised that failure to register in this Central Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q139010A023/listing.html)
 
Place of Performance
Address: Devils Tower National MonumentDevils Tower, WY 82714
Zip Code: 82714
 
Record
SN02134172-W 20100430/100428234639-3e45c0c40267d5dde166c06ae7e0d348 (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.