Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOLICITATION NOTICE

56 -- Supply and Deliver 2,000 tons Road Base to Big Bend National Park, Texcas

Notice Date
1/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - CHIC - CHICKASAW NATIONAL RECREATION AREA Contracting1008 West 2nd StreetEmail- rosalind_sorrell@nps.gov Sulphur OK 73086
 
ZIP Code
73086
 
Solicitation Number
P12PS21738
 
Response Due
2/1/2012
 
Archive Date
1/17/2013
 
Point of Contact
Rosalind G. Sorrell Contract Specialist 5806227204 rosalind_sorrell@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
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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 requirement is being issued as Request for Quote (RFQ) No. P12PS21619. The FAR clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-55. FAR clauses and provisions are available through Internet access at https://www.acquisition.gov/FAR/. This solicitation is 100% small business set-aside. The North American Industry Classification System (NAICS) code is 423320. The small business size standard is gross annual sales less than 100 employees. A firm fixed price contract will be awarded for these Commercial Items. This acquisition is for the supply and delivery of 2,000 tons of Type B, Grade 1, 2-inch Flexible Road Base to the Hannold Draw Stockpile site in Big Bend National Park, Texas. Specifications: The gravel shall meet Texas Department of Transportation Specification (TXDOT) for Item 302, Type B, Grade 1, Aggregate with maximum particle size of 2 inches (50 mm). Test and Control Methods. All tests shall be performed by laboratories accredited under the American Association of State Highway and Transportation Officials (AASHTO )accreditation program. Material tests and quality control methods pertaining to the work of this section will be in conformance with the procedures contained in the appropriate TXDOT and/or AASHTO publications which are current on the date of the bid. Materials Requirements. Provide material for local road gravel surface, base, and subbase course that consists of Sand and Gravel or Stone that meet the requirements contained herein. Provide material well graded from coars to fine and free from organic or other deleterious materials. Any gravel material will be rejected if it is determined to contain any unsound or deleterious materials. Gradation. Perform sieve analysis in accordance with the AASHTO procedure T 27, T 88 or T 311. Report the following sieve for all tests: #200, #40, 1/4", 3/4", 1", 2", and 3". Provide material meeting the gradation limits from Table 1. Soundness. Material for local road gravel surface, base, and subbase courses will be accepted on the basis of Magnesium Sulfate Soundness Loss after four (4) cycles performed according to TXDOT procedures and Table 1. Sieve (U.S. sieve) B (Base) 2" (50 mm) 100 1.5" (37.5 mm) 85-100 1" (25 mm) - 3/4 " (19 mm) - 1/4" (6.3 mm) 30-50 #40 (425 m) 5-20 #200 (75 m) 0-5 Table 1: Percent passing by weight of gravel materials Plasticity. Determine plasticity using either of the following methods: 1. Plasticity Index. The Plasticity Index of the material passing the #40 mesh sieve shall meet the values in Table 2. Determine plasticity using AASHTO tests T 89 and T 90. 2. Sand Equivalent. The sand equivalence of the granular material shall meet the values in Table 2. Determine sand equivalence using AASHTO test T176. Elongated Particles. Not more than 30 percent, by weight, of the particles retained on a 1/2" sieve shall consist of flat or elongated particles. A flat or elongated particle is defined herein as one which has its greatest dimensions more than 3 times its least dimension. Acceptance for this requirement will normally be based on a visual inspection. When Big Bend National Park elects to test for this requirement, material with a percentage greater than 30 will be rejected. Fractured Faces. When Big Bend National Park elects to test for this requirement, Type A material shall have at least two fractured surfaces on 50- percent of the stone particle larger than 1/2". Type B material shall have at least one fractured face on 50 percent of the stone particles larger than 1/2". Gravel shall be delivered to Hannold Draw Stockpile site which is located at milepost 4.5 of Route 11 in Big Bend National Park. The site is 4.5 miles north of Panther Junction (intersection of U.S. 385 and TX 118). Map may be obtained at www.nps.gov/bibe Certified Sieve Analysis and 5 gallon sample shall be submitted and approved prior to delivery. Weight tickets are required for each load. Payment shall be made on the basis of weight delivered at unit price. Delivery to commence on or around February 15, 2011, and to be completed by March 15, 2011. Delivery shall occur between the hours of 8:00 a.m. and 5:00 p.m. Monday through Friday, and scheduled with the Contracting Officer's Representative on-site. The stockpile sites will not accommodate belly dump trucks; only end dump trucks can negotiate the stockpile site. Basis of award will be made considering best value - trade off to the Government. FAR 52.212-2, Evaluation-Commercial Items is applicable. The Government intends to award a fixed-price contract without discussions with offerors.The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: RELATIVE IMPORTANCE OF EVALUATION FACTORS: a)Price is MORE IMPORTANT than non-price evaluation factors. The Government may elect to accept other than the lowest proposal when the perceived benefits of a higher priced proposal merit the additional cost. b)Non-price factors are listed in descending order of performance. PRICE: A price evaluation will be performed to determine the reasonableness of the proposed price. Reasonableness will be determined considering other competitive prices received and comparison to the independent Government estimate. NON-PRICE FACTORS: 1.Past performance - timeliness in delivery 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 Offeror's past performance, and /or references obtained from any other source. Offers are instructed to provide a list of 5 past contracts/projects that they consider similar in nature. List must provide description, $ amount, date, contact name, contact phone number and/or email. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors wishing to respond to this RFQ should provide the office with the following: 1. Offeror schedule pricing shall be provided on plain bond paper with company identification clearly visible. Supply and deliver Type B, Grade 1 Flexible Road base: Qty. 2,000 tons @ $________ unit price = Total price $__________ 2. Past performance references as detailed above. Offerors who do not provide past performance information shall be considered non-responsive. 3. Offeror must furnish company name, official point of contact name, DUNS number, TIN number, address, phone and fax number, email address. The following FAR provisions and clauses are applicable to this acquisition: These clauses can be accessed through the website https://www.acquisition.gov/FAR/ 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 1 52.204-7 Central Contractor Registration; 52.212-1 Instruction to Offerors-Commercial Items 52.212-2 Evaluation - Commercial Items 52-212-3 Offeror Representations and Certifications - Commercial Item 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Item, and Alt I, and Alt II applicable "checked" clauses include: 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside, Alt 1, and Alt II 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Contractor Policy to Ban Test Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran -Certification 52.233-4 Applicable Law for Breach of Contract Claim Contractors are required to be registered in the Central Contract Registration (CCR) government system prior to award to be eligible for government contract - the link can be found at http://www.ccr.gov. Contractors are required to be provide representations and certifications online at https://orca.bpn.gov All questions for this solicitation must be emailed to Rosalind Sorrell at rosalind_sorrell@nps.gov. Offers are due 4 p.m. CST on January 27, 2012, and may be sent by mail, courier, or email (no faxes). Mailing / Courier address: National Park Service, Chickasaw National Recreation Area, 1008 West 2nd Street, Sulphur, OK 73086. Email address: rosalind_sorrell@nps.gov All responsible sources may submit an offer which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS21738/listing.html)
 
Place of Performance
Address: Big Bend National Park, Texas
Zip Code: 79834
 
Record
SN02656313-W 20120120/120118234528-5c2c21b42b58766a8c08a06a754d312a (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.