Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
SOLICITATION NOTICE

38 -- Magnesium Chloride Application on gravel roads.

Notice Date
3/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - CURE - CURECANTI NATIONAL RECREATION AREA Black Canyon of the Gunnison NP/Curecanti NRA102 Elk Creek Gunnison CO 81230
 
ZIP Code
81230
 
Solicitation Number
Q1379110026
 
Response Due
3/29/2011
 
Archive Date
3/15/2012
 
Point of Contact
Debra A O'Hagan Contracting Officer 9706412337237 debra_o'hagan@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
N/A
 
Description
BLCA/CURE MAG CHLORIDE APPLICATION Q1379110026 (1) GENERAL INFORMATIONThis is a combined synopsis/solicitation for commercial services prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. **** This announcement constitutes the only solicitation; quotations are hereby being requested and a separate written solicitation will not be issued. **** **** This project is being solicited as one complete project. All quoters shall provide a single complete quotation that encompasses all the road surfaces noted in Contract Line items 1, 2 and 3 of section 7 below. **** (2) AWARD INFORMATIONThe National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter whose quotation provides the best value to the Government. This request is for the application of Magnesium Chloride to the North Rim Road of the Black Canyon of the Gunnison National Park, Colorado (approximately 15 miles southeast of Crawford, Colorado). The government intends to award a contract based on the vendor's quoted prices for whichever is determined to be in the best interest of the government. The award is anticipated to be made on the lowest total price for the quoter whose capabilities and past performance ratings are considered technically acceptable. (3) EMERGING SMALL BUSINESS SET (ESB) ASIDEAll responsible "Emerging" Small businesses may submit a quotation which shall be considered by the National Park Service (NPS). An "emerging' small business is defined as a small business whose size is no greater than 50 percent of the numerical size standard applicable to the North American Industry Classification System (NAICS) code assigned to a contracting opportunity. (See # 6 below)Note: any quotations received from quoters that do not meet the size standard of an Emerging Small Business, as determined through the quoters provided ORCA data, will be considered non-responsive and will not be considered. Any quoter not providing the required ORCA data, will be considered non-responsive, and will not be considered. Reference section 12 below concerning ORCA registration and submission. (4) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. (5) Solicitation #: Q1379110026. This solicitation is issued as a Request for Quote. (6) NAICS code: 237310; Small business size standard: $33.5M. Thus the Emerging Small Business size standard is no more than $16.75M. (7) CONTRACT LINE ITEMSContract line item 0001: Magnesium Chloride shall be applied to the road surface on the North Rim Road of Black Canyon of the Gunnison National Park. The supplier will spray/apply Magnesium Chloride at the rate of.25 tenths gallon per square yard. The application will cover nine (9) miles of road at a width of eighteen feet (18'). The total estimated amount of gallons is 23,800 (rounded up). This work will be completed one (1) mile at a time, depending on moisture content, water trucks, and equipment. This process may take one to two days for completion. Contract line item 0002 (OPTION ITEM): This line item is an option item for the hauling of water to the North Rim Road of Black Canyon of the Gunnison National Park from Crawford, CO. The park intends to haul and provide water if possible, but may require assistance with this task. The quoter shall provide a quote price, on an hourly basis, which shall include the truck and driver. It is estimated that as much as 80,000 gallons of water could be required. The amount of this task that will be required cannot be determined until the time of the actual application. The Park Service may require the vendor to provide any amount of this service that the Park Service cannot provide, ranging from none to all, or any quantity in between. Wage Determination No. 2005-2083, Revision No. 10, Revision date of 6/22/2010, is applicable to this contract and all quoters submitted quotations shall include incorporation of this wage determination. This wage determination may be found and accessed at http://www.wdol.gov. (8) Provisions and clauses noted below may be accessed at http://www.arnet.gov/far. (9) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; quotes shall contain the following: a) Contractor provided information that responds to the non-price evaluation factors noted in paragraph 10 below; b) Price proposal for contract line items 1 and 2 as noted in paragraph 7 above; c) Completion of provision 52.212-3 as noted by paragraph 12 below; d) Past Performance references e) Acknowledgement of any solicitation amendments; (10) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of this provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. The non-price evaluation factors and their acceptability standards are: a) Technical Capability of the quoter to provide the requested service. This determination will be made via responses from references provided by the quoter. b) Past Performance. Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of quoters past performance, and / or references obtained from any other source. Quoters shall provide a list of five past contracts / projects, with a contact name and phone number, for contracts completed within the last three years, which could be considered similar in nature. (11) The 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: 52.206-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.225-15, and 52.232-29. (12) ORCA REGISTRATIONQuoters shall be registered via "ORCA" at https://orca.bpn.gov/login.aspx or complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (13) CCR REGISTRATIONAll vendors wishing to be considered for this solicitation must be registered in the Central Contractor Registration (CCR) database prior to the approximate date of award (06/05/2009). Registration in the CCR database may be completed via www.ccr.gov, and takes approximately seven (7) days for completion. (14) CONTRACT DESCRIPTIONThe work consists of providing Magnesium Chloride application to gravel roads at Black Canyon National Park in the Colorado areas. (Reference section 7 above) (15) DELIVERY SCHEDULE and CONTRACT PERIODThe awarded vendor will be expected to provide the services requested between 1 May 2011 and 30 September 2011. The Contracting Officer's Representative shall coordinate with the awarded vendor for a date and time to begin the requested services. (16) LOCATIONBlack Canyon of the Gunnison National Park, North Rim Road, is located approximately 15 miles southeast of Crawford Colorado. (17) PARK REQUIREMENTS- The contractor shall determine and adhere to road way use regulations for all roads between the point of origin and the delivery site, and responsible for any applicable permits.- The contractor shall adhere to all park requirements, rules, regulations and posted speed limits within all park boundaries. (18) SUBMITTALSThe awarded contractor will be required to provide the following for review and approval prior to commencement of work:-Submittals for all products, chemicals, etc., expected to be provided in the completion of this contract -Material Safety Data Sheets (MSDS) for any and all products, chemicals, etc. to be provided in the completion of this contract. -Insurance Certificate I.31452.228-70LIABILITY INSURANCE - DEPARTMENT OF INTERIORJULY 1996--(a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: -(i) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy. Employer's liability coverage of at least $100,000 is required.-(ii) General liability: $500,000 each occurrence-(iii) Automobile liability. The contractor is required to obtain automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage.-(iv) The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. -(b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. (19) MEASUREMENT AND PAYMENTThe measurement for payment shall be for the actual services quoted as a firm fixed price, for the items requested in section 7 above. Payment will be made at the contracted prices. Payment shall be made via Electronic Funds Transfer to the vendor's bank of record, as indicated in the vendor's current Central Contractor Registration. A single payment, upon contract completion, is anticipated for this contract. Any partial payments must be pre-approved by the Contracting Officer. (20) QUOTE SUBMISSIONQuoters shall e-mail their quotations to debra_ohagan@nps.gov. All quote packages shall be marked "BLCA MAG CHLORIDE." Quotes shall be submitted to insure receipt by 4:00 pm Mountain time, Gunnison, Colorado, Tuesday, March 29, 2011. The anticipated award date is on or about Tuesday, April 5, 2011. Quote packages must include the following:-Quote prices for all contract line items 1 and 2 as noted in section 7 above,- DUNS Number-ORCA information, or a statement indicating ORCA registration via ORCA web site,-Five (5) past performance contacts with contact person's name and phone number. Any quotation received without the requested past performance contacts will be considered non-responsive and will not be considered. (21) EVALUATION FACTORS FOR AWARD DECISIONThe award of the contract will be determined upon the following factors:-Price-Past Performance ratings, as determined via information provided from the quoter provided contacts. -Technical capability of quoter to provide the requested services, as determined via information provided from the quoter provided contacts. (22) APPLICABLE WAGE DETERMINATION Per the Service Contract Act, Wage Determination No. 2005-2083, Revision No. 10, Revision date of 6/22/2010, is applicable to this contract and all quoters submitted quotations shall include incorporation of this wage determination. This wage determination may be found and accessed at http://www.wdol.gov. (23) SITE VISIT: A site visit is not considered necessary but may be arranged by contacting the Contracting Officer. (24) CONTACT INFORMATIONFor information regarding this solicitation contact: Debra O'Hagan, Contracting Officer at debra_ohagan@nps.gov or 970-641-2337, ext 237.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1379110026/listing.html)
 
Place of Performance
Address: North Rim Road of the Black Canyon of the Gunnison National Park, Colorado (approximately 15 miles southeast of Crawford, Colorado).
Zip Code: 81415
 
Record
SN02402500-W 20110318/110316234850-75700bfde74c44283abdb485373a470f (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.