Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
SOLICITATION NOTICE

56 -- Asphalt Mixture

Notice Date
2/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324121 — Asphalt Paving Mixture and Block Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0088
 
Point of Contact
Michael Oliva 562-626-7453
 
E-Mail Address
Use this email to contact the Contract Specialist
(michael.a.oliva@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: ASPHALT MIXTURE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. The solicitation number is N00244-12-T-0088. This solicitation is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20120224. The North American Industry Classification System (NAICS) code is 324121 and the business size standard is 500 employees. The NAVSUP Fleet Logistics Center San Diego, Seal Beach Division, intends to solicit for the following Asphalt Mixture for an Asphalt Mixture Course: Item 0001 ASPHALT MIXTURE Quantity: 200 Tons Requirements for Asphalt: 1.Asphalt is to be of a ½ ¯ mixture suitable to sustain moderate traffic loads such as access roads, driveways and parking lots. A Generic C2 mix design is allowable. 2.Asphalt mix shall use AR4000/PG6410 oil in the mix and or equivalent. Vender must be aware that the asphalt is for a training environment and if a grade of oil used is not of the type listed it must not have a faster set/harden time then the oil listed above. These Oils are also the same oils currently in use for Asphalt Projects aboard Naval Base Ventura County (NBVC). 3.Recycled Asphalt Product (RAP) as part of the mix design in a quantity not to exceed 10% of the total mix design is allowable. 4.Vender is to provide or arrange as part of the contract the transportation of the Hot Mix Asphalt to NBVC. 5.Delivery of Hot Mix Asphalt is a time critical venture, a vendor must be chosen locally as to ensure the Asphalt does not cool down below 280* degrees Fahrenheit when received on the job site. 6.Upon Delivery Instructors, test the temperature and quality of the Asphalt. If Asphalt is not within the desired temperature range as stated vendor or vendor arranged delivery truck must depart with the Asphalt mix not meeting specifications. Vendor must provide a replacement amount of hot mix Asphalt that same day. 7.Delivery of Asphalt is required to be 60-80 tons per hour on site at Naval Base Venture County. This rate has proven to allow students the time needed to work with the Asphalt and not make them feel completely rushed taking away from their training. 8.Vendor must be aware that access to NBVC can take in upwards of 20 minutes due to force protection measures in place that day. It is their responsibility to ensure drivers and the trucks they drive must meet the base ™s policies for entry. A representative from the Equipment Operator School house will meet trucks at the access gate to the base to escort them to the job site. Representative does not and will not have privileges to escort trucks on base if the truck or driver does not meet a base access policy. 9.Vendor must ensure that the access to the base is included in their delivery plan to ensure Asphalt still meets specifications when delivered to job site. 10.Delivery Truck will be required to unload product into the hopper of the Asphalt paving machine. The occasional job site restriction may require driver to dump into a wheeled front-end loader bucket due to site limitations. 11.Unless otherwise specified thru communication from Instructor Staff to Asphalt Batch Plant, Asphalt is to arrive at NBVC no later than 0830 on the days specified for delivery. If Asphalt delivery takes place, later the course of instruction can cause the crews to be training in the dark. Offers to be based on FOB Destination to the following location: Port Hueneme, CA 93043 DELIVERY REQUIREMENT IS ON 24 APRIL 2012 at 8:00 am. Inspection and acceptance will be performed at the government destination by a government representative. The following provisions and clauses apply: 52.202-1, Definitions; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors Commercial Items; 52.52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards, 52.209-6, Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 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; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.243-7001, Pricing of Contract Modifications; 252.247-7023, 252.225-7036, Buy American Act ”North American Free Trade Agreement Implementation Act ”Balance of Payment Program Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Offerors are required to complete and include a copy of the following provision with their quotation: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items ”Alt I. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be considered, quotes must be received by 10:00 AM PST on 08 March 2012. Quotes can be sent to the Contract Specialist, Michael Oliva via email michael.a.oliva@navy.mil. Facsimile quotes will not be accepted. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor ™s CAGE code and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to either of the above listed Government points of contact. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars. Offerors are also reminded to comply with 252.204-7004, Required Central Contractor Registration (Mar 1998). Lack of registration in the CCR will make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423 or via the internet at http://ccr.edi.disa.mil. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024412T0088/listing.html)
 
Record
SN02683831-W 20120229/120227234908-6731e77bf00475433ca207531caec352 (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.