Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
SOLICITATION NOTICE

56 -- Thomas Bay Crushed Aggregate Supply Two

Notice Date
9/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212321 — Construction Sand and Gravel Mining
 
Contracting Office
Forest Service - R-10 Tongass National Forest
 
ZIP Code
00000
 
Solicitation Number
AG-0116-S-11-0170
 
Point of Contact
Kim B Toland, Phone: 907-772-5804
 
E-Mail Address
kimtoland@fs.fed.us
(kimtoland@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Thomas Bay Crushed Aggregate Supply Two 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. The solicitation number is AG-0116-S-11-0170 and this solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This is a small business set-aside with an associated NAICS code of 212321 and small business size standard of 500 employees. Schedule of Items and specifications, the contractor will quote price per cubic yard and total number of cubic yards that $50,000 will purchase. Item number: 320(02), Description: Stockpiled Aggregate, grading C Unit of Measure: Cubic Yard Unit Price: __________________ Total Quantity: ________________ Total Price: $50,000.00 Stockpile location shall be on the Forest Service road system at Thomas Bay within 2 miles of the log transfer facility. Provider shall furnish survey notes and calculations certifying the amount of crushed material in stockpile. Survey shall be performed by a registered land surveyor. Material shall be furnished no later than June 1, 2012. 320 - Stockpiled Aggregates Description 320.01 This work consists of furnishing and placing aggregate in a stockpile at an existing site or constructing a new site and placing the aggregate at the new site. Material 320.02 Conform to the following Section: Aggregate 703 Provide the gradation and quality requirements specified in the Section identified in the pay item and the gradation table below. Construction Requirements 320.03 Stockpile Site. Prepare existing sites as necessary to accommodate the quantity of aggregate to be stockpiled. For new sites, clear and grub according to Section 201. Grade and shape the site to a uniform cross-section that drains. Compact the floor of the site with at least three passes using compaction equipment conforming to Subsection 204.11. Place, compact, and maintain a minimum 6 inches of crushed aggregate over the stockpile site and access roads. Prevent contamination of the stockpiles. 320.04 Stockpile. After a representative quantity of aggregate is produced, submit proposed target values for the appropriate sieve sizes along with a representative 350-pound sample. Set target values within the gradation ranges shown in Table 703-2 or 703-3 for the required grading. Request site approval before stockpiling aggregates. Make the stockpiles neat and regular in shape. Make the side slopes no flatter than 1:1.5. Build the stockpiles in layers not exceeding 3 feet thick. Complete each layer before depositing aggregates in the next layer. Do not allow aggregates from the one layer to run down over lower layers of the stockpile. Do not drop aggregates from a bucket or spout in one location to form a cone-shaped pile. Construct stockpile layers by spreading aggregates with trucks or other approved pneumatic-tired equipment. Do not push aggregates into piles. When operating trucks on stockpiles, avoid tracking dirt or other deleterious material onto the stockpiled material. Space stockpiles far enough apart or separate stockpiles by suitable walls or partitions to prevent the mixing of the different aggregate gradations. 320.05 Acceptance. Aggregate for stockpiling will be evaluated under Subsection 301.08 and Table 301-1. The point of sampling will be the belt or stockpile. Preparation of stockpile sites and construction of stockpiles will be evaluated under Subsections 106.02 and 106.04. Clearing will be evaluated under Section 201. Measurement 320.06 Measure the 320 items listed in the bid schedule according to subsection 109.02. Payment 320.07 The accepted quantities, measured as provided in subsection 109.02 and above, will be paid at the contract price per unit of measurement for the Section 320 pay items listed in the bid schedule except the stockpiled aggregate. Percent by Mass Passing Designated Sieve (AASHTO T 27 and T 11) Table 703-2 Sieve Size Grading C 2 ½ inch 2 inch 100 1 ½ inch 1 inch 80 - 100 ¾ inch 64 - 94 ½ inch 3/8 inch 40 - 69 No. 4 31 - 54 No. 40 No. 200 4 - 7 STANDARD SPECIFICATIONS FOR CONSTRUCTION OF ROADS AND BRIDGES ON FEDERAL HIGHWAY PROJECTS, FP-03, U.S. Customary Units The specifications are included by reference only. The requirements contained in these Standard Specifications are hereby made a part of this solicitation and any resulting work. These specifications can be ordered from FHWA. For information on how to order books, go to the FHWA's website, http://www.wrl.fha.dot.gov/design/specs/fp03.htm The provision "52.212-1 Instructions to Offerors-Commercial Items" applies to this acquisition. The provision "52.212-2, Evaluation-Commercial Items", applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: Price. All offerors must provide a completed copy of "52.212-3, Offeror Representations and Certifications - Commercial Items". The provision can be obtained from this website: https://www.acquisition.gov/far/index.html FAR Clause "52.212-4, Contract Terms and Conditions - Commercial Items" applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. FAR Clause "52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items" (AUG 2011). The following clauses are selected as applicable to the acquisition. __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). __ (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). __ (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __ (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). __ (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). __ (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). __ (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (38)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (40) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The date, time and place offers are due is September 23, 2011 at 3:00 pm Alaska Daylight Savings Time. Quotes may be faxed to 907-772-5894, emailed to kimtoland@fs.fed.us or mailed to US Forest Service Contracting, PO Box 309, Petersburg, AK 99833. Send questions for more information to Kim Toland at email kimtoland@fs.fed.us, (907)772-5804.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/116/AG-0116-S-11-0170 /listing.html)
 
Place of Performance
Address: Thomas Bay is located on the mainland in southeast Alaska approximately 15 miles from Petersburg, Alaska. There are no commercial services available at Thomas Bay. Petersburg is the nearest full service community to the project area., Petersburg, Alaska, 99833, United States
Zip Code: 99833
 
Record
SN02585988-W 20110923/110921235639-a59e62a4c9f5b540b6bbb068cc3486e3 (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.