Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2010 FBO #3302
SOLICITATION NOTICE

56 -- Stone and Filter Fabric

Notice Date
12/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ11Q0001
 
Response Due
12/10/2010
 
Archive Date
2/8/2011
 
Point of Contact
Jackie Primer, 1-901-544-3340
 
E-Mail Address
USACE District, Memphis
(jackie.primer@mvm02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. A written solicitation will not be issued. The U.S. Army Corps of Engineers, Memphis District anticipates awarding a contract for CLIN 0001 - CR610 LIMESTONE, 3, 300 Net Tons; CLIN 0002- R400 RIP RPA, 2,100 Net Tons; CLIN 0003 - R2200 Rip Rap, 800 Net Tons; CLIN 0004 - Filter Limestone, 400 Net Tons; and CLIN 0005 - Filter Fabric, 2,800 Square foot. SPECIFICATION 2.1.1 General The geotextile shall be a non-woven pervious sheet of plastic yarn as defined by ASTM D 4439. The geotextile shall meet the physical requirements listed below Table No. 1. The geotextile shall provide an Equivalent Opening Size (EOS) no finer than the U.S. Standard Sieve No. 100 and no coarser than the U.S. Standard Sieve No. 50. The geotextile shall consist of a long-chain synthetic polymer composed of at least 85 percent by weight of ester, propylene, ethylene, amide or vinylidene-chloride, and shall contain stabilizers and/or inhibitors added to the base plastic if necessary to make the filaments resistant to deterioration due to ultra-violet and heat exposure. The edges of the geotextile shall be finished to prevent the outer yarn from pulling away from the geotextile. Table No. 1 - Physical Requirements Physical Property Test Procedure Applicable Values++ Geotextile Perme- ASTM D 4491 Test The permeability of the ability (Kg) Methods For Water Geotextile shall be greater Permeability of than 0.49 Feet Per Minute Geotextiles by (0.25 Centimeters per Permittivity Second) Tear Strength ASTM D 4533 Trape- 30 pounds minimum in zoidal Tear Strength any principal direction Tensile Strength ASTM D 4632 Determine 200 pound minimum in +(unaged geotex- breaking load as any principal direction tile) specified in the ASTM Breaking Elongation ASTM D 4632 Determine 15 percent minimum +(unaged geotextile) Apparent Elongation in any principle Breaking direction Equivalent Opening ASTM D 4751 Determine No finer than the U.S. Size (EOS) Apparent Opening Standard Sieve No. 100 Size-AOS (EOS) and no coarser than the U.S. Standard Sieve No. 50 Puncture Strength ASTM D 4833 Determine 80 pound minimum +(unaged geotextile) puncture resistance as specified in the ASTM Abrasion Resistance ASTM D 4886 Determine 55 pound minimum breaking load after Residual Breaking Load abrasion test as in any principal direction specified in ASTM (N/A) (N/A) (N/A) Percent Open Area Specification Para- The percent of open (POA) graph titled, area shall not be less "Determination of than ( ) percent Percent Open Area." +Unaged geotextile is defined as geotextile in the condition received from the manufacturer or distributor. ++All numerical values represent minimum average roll values (i.e., any roll in a lot should meet or exceed the minimum in the table). 2.1.2 Seams The seams of the geotextile shall be sewn with thread of a material meeting the chemical requirements given above for geotextile yarn or shall be bonded by cementing or by heat. The sheets of geotextile shall be attached at the factory or another approved location, if necessary, to form sections using the manufacturer's standard width or a width of 12 - feet, whichever is greater. Seams shall be tested in accordance with method ASTM D 1683, using 1-inch square jaws and 12 inches per minute constant rate of traverse. The strengths shall be not less than 90 percent of the required tensile strength (Table No. 1) of the unaged geotextile in any principal direction. "Table No. 1 - Physical Requirements" is in the paragraph above. RIPRAP Gradation Gradation shall conform to the tables below. Neither the width nor the thickness of any piece shall be less than one-third of its length. An allowance of 5 percent by weight for inclusion of quarry spalls will be permitted. Stone shall be reasonably well graded between the largest and smallest pieces. The tables below describe the upper and lower limit curves for the riprap gradation. The graph of the riprap submitted, when plotted on ENG Form 4055, shall fall within the limit curves plotted thereon. The Contractor shall submit to the Contracting Officer a copy of the plots on the gradation graph for each size of riprap furnished. TABLE 2 - RIPRAP "200" Percent Lighter by Weight Limits of Stone Weight, lb. 100 200-80 50 80-40 15 40-10 TABLE 3 - RIPRAP "R400" Percent Lighter by Weight Limits of Stone Weight, lb. 100 400-160 50 160-80 15 80-30 FILTER MATERIALS General Filter material shall consist of crushed stone. The material shall be composed of tough, durable particles, shall be reasonably free from thin flat and elongated pieces, and shall contain no organic matter nor soft friable particles in quantities considered objectionable by the Contracting Officer. Gradation U.S. Standard Permissible Limits Sieve No. Percent by Weight, Passing 3-inch 100 1 1/2-inch 85-100 3/4-inch 35-70 3/8-inch 5-40 No. 4 0-10 The material shall be well-graded between the limits shown. The Contractor shall furnish a Certified Test Report which certifies that the supplied filter material meets the above gradation and also furnish a Representative Sample of this same material to the Government. DELIVEREY Contract shall deliver materrial within 7 days of contract award. Materials shall be delivered to a job site located on an access road approximately 1200 meters north of the Collierville-Arlington Rd (SR 205) bridge over the Wolf River or 2000 meters south of the Raleigh-Lagrange Rd and Collierville-Arlington Rd intersection (access road will be west of Collierville-Arlington Rd). This acquisition is 100% set-aside for small business. The associated NAICS code is 212312 with a size of 500 personnel. All responsible sources may submit at quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a quotation for each line item with unit cost and total cost. Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1 - Instructions to Offerors-Commercial Items. FAR 52.212-3 - Offeror Representation and Certifications-Commercial Items. FAR 52.212-4 - Contract Terms and Conditions-Commercial Items. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Dev); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; Affirmative Action For Workers With Disabilities; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (CCR); FAR 52.252-2 Clauses to Incorporate by Reference; FAR 252.225-7002 Qualifying Country Sources of Subcontracting;; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items-FAR 252.232-7003, Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper; FAR 52.211-16, Variation in Quantity; FAR 52.211-17, Delivery of Excess Quantities; FAR 252.209-7004, Subcontracting With Firms, That Are Owned or Controlled By The Government of a Terrorist Country; FAR 52.203-3, Gratuities; FAR 252-225-7001; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; and FAR 52.223-18. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by December 10, 2010 no later than 4:00 PM local time at 167 N. Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-11-Q-0001 addressed to Jackie Primer, Contract Specialist, Phone (901) 544-3340, Fax (901) 544-3710, email address jackie.primer@usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ11Q0001/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN02339650-W 20101209/101207233857-892b7fcd08e7994323e8e32b293fade5 (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.