Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2011 FBO #3469
SOLICITATION NOTICE

91 -- PASS Oil, Yellowstone National Park.

Notice Date
5/23/2011
 
Notice Type
Presolicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
 
ZIP Code
82190
 
Solicitation Number
N1574115015
 
Response Due
6/2/2011
 
Archive Date
5/22/2012
 
Point of Contact
Andy H. Fox Contract Specialist 3073442149 andy_fox@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
PASS Oil - Yellowstone National Park5/23/2011 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Quote #N1574115015. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, Part 13 as applicable, and supplemented with additional information. The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the offeror providing the best value to the Government. NAICS code: 324121; Small business size standard: 500 employees. The proposed contract is 100% set-aside for small business concerns. All responsible small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The anticipated award date is on or about June 24, 2011. Address questions regarding this solicitation to Andy Fox at Andy_Fox@nps.gov or 307-344-2149. 2) STATEMENT OF WORK: Line Item #1: The contractor shall supply, transport, and deliver 47,872 gallons of PASS oil to Yellowstone National Park between Canyon Jct. and Chittenden Road on Dunraven Pass. Anticipated delivery: 7/11/2011 - 7/15/2011. The delivery of oil to Yellowstone National Park will be in 25 ton maximum loads, with total truck length not to exceed 75 feet in total length of the unit. Line Item #2: The contractor shall supply, transport, and deliver 26,342 gallons of PASS oil to the area of Mammoth Hot Springs through 8 miles South of Mammoth Hot Springs. Anticipated delivery: 7/11/2011 - 7/22/2011. Super tankers will be allowed to deliver oil to area. Line Item #3: The contractor shall supply, transport, and deliver 47,872 gallons of PASS oil to Yellowstone National Park between Madison Jct. and West Entrance. Anticipated delivery: 7/18/2011 - 7/29/2011. The delivery of oil to Yellowstone National Park will be in 25 ton maximum loads, with total truck length not to exceed 75 feet in total length of the unit. Chip Sealing Oil description:Polymerized Asphalt Surface Sealer:Test on Emulsions: Viscosity @ 77F S.F.SASTM D-244: 30-90 sec. Residue w%: ASTM D-244: 65% min. pH: ASTM E-70: 2.0-5.0. Sieve w%: ASTM D-244: 0.1% max. Oil Distillate by %Emulsions: ASTM D-244: 0.5% max. Test on Residue:Viscosity @ 140F St.: ASTM D-2170: 300-1200. Viscosity @ 275F, Cst: ASTM D-2170: 300 min. Modified torsional recovery : CA 332 (Mod): 40% min. Toughness @ 77F, N-m: ASTM P-243: 0.7 min. Tenacity @ 77F, N-m: ASTM P-243: 0.5 min. Asphaltenes w%: ASTM D-2006: 16.0% min. Saturates: ASTM D-2006: 20.0% max. California test method #331 for recovery of residue.Torsional recovery measurement to include first 30 second. Period of Performance: The contractor shall be capable of delivering the quantity of materials noted for each line item during the delivery dates noted for each line item. The Government reserves the right to modify the delivery dates noted for each line item to allow for delivery prior to September 30, 2011. The contractor shall coordinate the exact dates and times of delivery with the NPS, at least one week in advance. Delivery: The contractor shall adhere to all roadway use regulations. The contractor shall deliver oil to the approximate locations noted in the line items above. The contractor shall coordinate the exact dates and times of delivery with the NPS in advance. During the period of performance, the NPS shall contact the contractor to place orders for specific amounts of oil. The contractor shall be capable of delivering between 12,000 and 21,600 gallons of oil per day. The contractor shall insure total for all amounts ordered and delivered does not exceed the amount noted in the contract line items. The contractor's schedule shall allow the NPS a 3 hour time span from the time the contractor's delivery trucks arrive at the project site to the time the NPS is actually able to accept delivery and release the trucks before demurrage is charged to the National Park Service. Gallon quantities in each line item are estimated and payment will be for actual gallons used after field adjustments. Submittals: At the time of delivery and with each invoice the contractor shall provide trucking manifests which shall serve as contractor certification as to the number of gallons delivered. 3)CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. Provisions and clauses noted below may be accessed at http://www.acquisition.gov/far/index.html. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the 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. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of quoter's past performance, and / or references obtained from any other source. Each offeror shall submit at least three references for similar work that they have performed that is also of similar magnitude as this project. Each reference shall contain the company that the contract was with, a contact name and phone number, a contract number and a brief description of the work performed. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: all Offerors shall complete and submit the provision to the Contracting Officer with their offer if they do not have an active listing in ORCA (Online Representations and Certifications). Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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: 52.222-50, 52.233-3, 52.233-4, 52.203-6 Alt I, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-9, 52.219-14,52.219-16, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-9, 52.223-18, 52.225-3, 52.225-13, and 52.232-33. Clause 52.211-18 Variation in Estimated Quantity, applies to this acquisition: If the quantity of a unit-priced item in this contract is an estimated quantity and the actual quantity of the unit-priced item varies more than 15 percent above or below the estimated quantity, an equitable adjustment in the contract price shall be made upon demand of either party. The equitable adjustment shall be based upon any increase or decrease in costs due solely to the variation above 115 percent or below 85 percent of the estimated quantity. If the quantity variation is such as to cause an increase in the time necessary for completion, the Contractor may request, in writing, an extension of time, to be received by the Contracting Officer within 10 days from the beginning of the delay, or within such further period as may be granted by the Contracting Officer before the date of final settlement of the contract. Upon the receipt of a written request for an extension, the Contracting Officer shall ascertain the facts and make an adjustment for extending the completion date as, in the judgment of the Contracting Officer, is justified. The contractor shall insure total ordered and delivered for each individual line item does not exceed the estimated quantities noted in the contract line items unless first receiving a written contract modification from the Contracting Officer. Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while DrivingExecutive Order 13513, Federal Leadership On Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.access.gpo.gov/2009/pdf/E9-24203.pdf). 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 behalf of the government. 4) PROPOSAL: Solicitation: N1574115015, PASS Oil, Yellowstone National Park. Due: 4:00 pm Mountain Time, Thursday, June 2, 2011 Submit to: E-mail: Andy_Fox@nps.gov or Fax: 307-344-2079. DATE: _____________________________________________________________________________________; CONTRACTOR: ______________________________________________________________________________; ADDRESS: _________________________________________________________________________________; DUNS Number: ______________________________________________________________________________; Contact Name: ______________________________________________________________________________; Phone: ____________________________________________________________________________________; Fax: _______________________________________________________________________________________; E-mail: _____________________________________________________________________________________; Base Proposal Line Items: Line Item #: 1, PASS Oil To Yellowstone National Park (between Canyon Jct. and Chittenden Road on Dunraven Pass), Estimated Quantity: 48,872 gallons, Units are in 1 gallon increments.Unit Price: $_______________, Extended Price: $_______________; Line Item #: 2, PASS Oil to Yellowstone National Park (between Mammoth and 8 miles south of Mammoth), Estimated Quantity: 26,342 gallons, Units are in 1 gallon increments.Unit Price: $_______________, Extended Price: $_______________ ; Line Item #: 3, PASS Oil to Yellowstone National Park (between Madison Jct. and West Entrance), Estimated Quantity: 47,872 gallons, Units are in 1 gallon increments.Unit Price: $_______________, Extended Price: $_______________; TOTAL: $_______________________ General Notes1. Offerors shall submit a price for all line items; failure to do so may render the quote unacceptable.2. On lump-sum line items, provide total price only.3. If no item exists for a portion of the work, include the price in a related line item.4. In case of error in extension of prices, unit price governs.5. In case of error in summation, the total of the corrected amounts govern.6. Offerors acknowledge that estimated quantities are not guaranteed, and are solely for the purpose of proposal evaluation, and final payment for all Unit Price items will be based on actual quantities, determined as provided in the Contract Documents.7. The contractor shall not exceed the estimated quantities unless first receiving a written approval from the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1574115015/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY.
Zip Code: 82190
 
Record
SN02454187-W 20110525/110523234103-efcda640591751bfec78fbeca53edc95 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.