Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2011 FBO #3506
SOLICITATION NOTICE

56 -- Hot Mix Asphalt

Notice Date
6/29/2011
 
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
P11PS11770
 
Response Due
7/20/2011
 
Archive Date
6/28/2012
 
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
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. It is being issued as Request for Quotation (RFQ) P11PS11770. The National Park Service, Bighorn Canyon National Recreation Area, Fort Smith, MT has a requirement for approximately 602 tons of hot mix asphalt, per the following specifications, for installation by NPS personnel. The actual amount ordered may vary between a minimum of 540 tons and a maximum of 660 tons depending on work requirements. Approximately 518 tons shall include delivery to Ft. Smith, MT and approximately 84 tons will be hauled from the contractor's source by the NPS. 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 324121 with a size standard of 500 employees, 484220 with a size standard of $25.5 million, or 237310 with a size standard of $33.5 million. All responsible small business concerns may submit a quotation which will be considered by the National Park Service. QUOTES ARE DUE for this combined synopsis/solicitation on July 20, 2011 at 1:30 PM Mountain Time and shall be delivered by the specified time to the National Park Service. 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 an authorized company official and dated. Questions regarding this solicitation should be directed to Jay Tobin at 406-666-3321 or Jay_Tobin@nps.gov. Any award resulting from this solicitation will be a Firm-Fixed-Price type contract. SPECIFICATIONS: The job mix formula shall conform to Montana Public Works Specifications, Section 02510, to include the city of Billings, MT standard Type B modification. The hot mix asphalt design shall be in general accordance with the Asphalt Institute Manual Series No. 2, and the applicable ASTM-AASHTO procedures. The asphalt cement type shall be Performance Grade 64 - 22. The location of the hot mix asphalt plant shall be no farther than 100 miles from Ft. Smith; loads delivered to Ft. Smith shall be tarped (covered) to help maintain the temperature of the asphalt prior to use. The material shall be used to patch a total of eight separate areas on existing streets, parking lots, shoulders, and drainages. Delivery of the 518 tons shall be used to patch five separate areas and should be completed within two - five days after commencing work; trucks delivering the hot mix asphalt shall unload the asphalt mix correctly for continuous use by an NPS lay-down spreader. The hours of delivery of the asphalt at Ft. Smith, will be between 7:00 am - 5:00 pm Monday through Thursday. The 84 tons of asphalt to be hauled by the NPS will be used to patch three different areas and 20 separate locations. All this material will be supplied over approximately a one month period beginning August 9, 2011 and continuing into September; pick-ups and deliveries will be scheduled in advance. MEASUREMENT AND PAYMENT: The quantities indicated in this solicitation are best estimates of the actual requirement. The contractor shall furnish weigh tickets from state certified scales for each delivery made. Payment will be made on actual quantities received and accepted. TESTING: The hot mix asphalt blend shall be engineered and designed with the technical reports submitted for approval by the NPS Contracting Officer prior to contract award. Reports shall be submitted for sample identification, tests performed, engineering analysis and conclusions, and the percent asphalt content by weight of the total mix. Information supplied shall be for aggregate sieve analysis, fractured faces, specific gravity, liquid limit, plastic limit, and volume swell tests. Information supplied for mixture tests shall include Marshall stability, flow, unit weight, maximum theoretical specific gravity, and tensile strength ratio tests. Aggregate and mix properties, test results, and the job mix formula shall be summarized and presented in comparison to Montana Public Works Specifications, Section 02510, and the city of Billings Type B modifications. The optimum asphalt requirement shall be based on the following (MS-2) criteria. 1) Asphalt required to obtain 4% air voids2) Asphalt required for maximum density3) Asphalt required for maximum stability4) Asphalt required for the average of 1, 2, and 3.5) The asphalt required for the lower of 1, 2, 3, and 4 above. INFORMATION TO BE SUBMITTED BY CONTRACTOR: Item 001 - Hot mix asphalt, delivered: approximately 518 tons (range of 464 - 568 tons) $________ / Ton x 518 tons = $_____________ Item 002 - Hot mix asphalt, supplied only: approximately 84 tons (range of 76 - 92 tons) $________ / Ton x 84 tons = $_____________ Total Price (Item 001 + Item 002) = $_____________ 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 amended 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 offer"; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, the offeror shall include a completed copy of this provision with their quote, or state that they are located on website: https://orca.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; EXECUTIVE ORDER 13513 - PROHIBITION ON TEXT MESSAGING AND USING ELECTRONIC EQUIPMENT SUPPLIED BY THE GOVERNMENT WHILE DRIVING. Prospective contractors shall 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/P11PS11770/listing.html)
 
Place of Performance
Address: Bighorn Canyon National Recreation AreaFort Smith, MT
Zip Code: 59035
 
Record
SN02484937-W 20110701/110629234319-8125ec641e7730151d71b75349201474 (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.