Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
SOLICITATION NOTICE

56 -- Rock Material

Notice Date
8/24/2010
 
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
Q1320102192
 
Response Due
9/3/2010
 
Archive Date
8/24/2011
 
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
The National Park Service, Bighorn Canyon National Recreation Area has a requirement for solid stone or rock material which will be used to rip-rap a road fill slope per the attached specifications. This acquisition is a 100% small business set-aside; the National Park Service encourages the participation of veteran, disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code for this project is 212311/ 212312/ 212313 with a size standard of 500 employees or 484220 with a size standard of $25.5 million. All responsible small business concerns may submit a quotation which shall be considered by the National Park Service. (Quoted price is to be F.O.B. Bighorn Canyon National Recreation Area, 20 Highway 14A East, Lovell, WY 82431.) QUOTES ARE DUE on September 3, 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, email address, and official point of contact. All quotes must be signed by authorized company official and dated. All questions regarding this solicitation should be directed to Jay Tobin at 406-666-3321 or Jay_Tobin@nps.gov. INFORMATION TO BE SUBMITTED BY THE CONTRACTOR: Total Price: $___________________ Estimated Delivery (Days ARO): _______________ Business Name: ____________________________________ DUNS #: ___________________ Business Address: ______________________________________________________________ Business Phone: _______________________________ FAX: ___________________________ Email Address: ___________________________________________ Offeror Name: ______________________________________ Date: _____________________ Offeror Signature: ______________________________________ CLAUSES AND PROVISIONS Offerors 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: https://www.acquisition.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 replaced with the following: "The government reserves the right to evaluate quotes and award a contract without discussions with offerors. Quotes shall be evaluated on the basis of lowest priced, responsible/ responsive offer;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;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.52.216-17, DELIVERY OF EXCESS QUANTITIES EXECUTIVE ORDER 13513 - PROHIBITION ON TEXT MESSAGING AND USING ELECTRONIC EQUIPMENT SUPPLIED BY THE GOVERNMENT WHILE DRIVING As prescribed in Federal Leadership on Reducing Text Messaging While Driving PROHIBITION ON TEXT MESSAGING AND USING ELECTRONIC EQUIPMENT SUPPLIED BY THE GOVERNMENT WHILE DRIVING (OCT, 2009) This Executive Order introduces a Federal Government-wide Prohibition on the use of text messaging while driving on official business or while using Government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on the behalf of the government.(End of order) 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. RIP-RAP MATERIAL SCOPE AND SPECIFICATIONS SCOPEBighorn Canyon National Recreation Area has a requirement for solid stone or rock material which will be used to rip-rap a road fill slope. The material shall be supplied and delivered to a job site located approximately 15 miles north of Lovell, Wyoming. Access from Lovell, Wyoming, to the job site is by approximately 7 miles of paved State Highway 37, AND an additional 8 miles of single width dirt road. The material shall be unloaded but there is no requirement for the material to be placed on the job site slope. Bighorn Canyon shall stockpile the material and place it in its final location. Time of material delivery shall be completed within 3 weeks after receiving award. Delivery days may be Monday through Friday, from 7:00am - 5:30pm. SPECIFICATIONS1. Natural stone or rock processed for size and shape. Material shall not be concrete or other similar type of construction material.2. Stone or rock shall consist of solid limestone material or similar dense product, and shall not be shale, sandstone, or similar type of "soft" material.3. Material shall be shaped angular and irregular with jagged sides or acute edges, and shall not be boulders and not have rounded or smooth edges or sides.4. Color shall be grey, tan, beige, or reddish, and shall not be black. WEIGHT AND PAYMENTThe contractor shall furnish weigh tickets from state certified scales for each delivery made. Payment will be made on actual quantities delivered and accepted. LINE ITEM 0011. Size shall be maximum 2 feet minus and minimum 1 feet plus.2. Quantity target shall be 150 tons, with a minimum of 135 tons and a maximum of 165 tons. LINE ITEM 0021. Size shall be maximum 3 feet minus and minimum 2 feet plus.2. Quantity target shall be 225 tons, with a minimum of 200 tons and a maximum of 250 tons. Note: per FAR 52.216-17, the Contractor is responsible for the delivery of each item quantity within allowable variations. If the Contractor delivers and the Government receives quantities of any item in excess of the quantity called for (after considering any allowable variation in quantity), such excess quantities will be treated as being delivered for the convenience of the Contractor. The Government may retain such excess quantities up to $250 in value without compensating the Contractor, and the Contractor waives all right, title, or interests therein. Quantities in excess of $250 will, at the option of the Government, either be returned at the Contractor's expense or retained and paid for by the Government at the contract unit price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1320102192/listing.html)
 
Place of Performance
Address: Bighorn Canyon National Recreation Area20 Highway 14A EastLovell, WY 82431
Zip Code: 82431
 
Record
SN02253026-W 20100826/100824235645-da2331436ceb58beb81c7b794179c0c6 (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.