Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
SOLICITATION NOTICE

56 -- Gravel with delivery

Notice Date
4/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
P12PS21756
 
Archive Date
4/25/2013
 
Point of Contact
Joseph R. Gatlin Contracting Officer 3039692660 Joseph_Gatlin@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
DINO Gravel - P12PS21756 Request for Quotation (1) 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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are hereby being requested and a separate written solicitation will not be issued. (2) The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter whose quotation provides the lowest priced technically acceptable offering. (3) The proposed contract is 100% set-aside for Small business concerns. All responsible Small businesses may submit a quotation, for the items in section 8 below, which shall be considered by the National Park Service (NPS).(4) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09.(5) Solicitation #:P12PS21756. This solicitation is issued as a Request for Quote.(6) NAICS code: 212321; Small business size standard 500 employees.(7) (8) Contract line item 0001: 2,000 tons of minus road base material, per attached specifications, delivered 25 miles north of Hwy 40, on Harpers Corner Road, Dinosaur, Colorado. Reference attached Statement of Work. Contract line item 0002: 800 ton of minus road base material, per attached specifications, delivered to the Green River District boneyard, Jensen, Utah. This is an optional item subject to availability of funds. Reference attached Statement of Work. Contract line item 0003: 600 tons of minus road base material, per attached specifications, delivered to the Gates of Lodore Road, 55 miles north of Maybell, Colorado, on CO hwy 318. This is an optional item subject to availability of funds. Reference attached Statement of Work. (9) Provisions and clauses noted below may be accessed at http://www.acqusition.gov/far.(10) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; quotes shall contain the following: a) price proposal for contract lines noted in paragraph 8 above; b) completion of provision 52.212-3 as noted by paragraph 12 below; c) acknowledgement of any solicitation amendments; d) certification the proposed road base is weed free per paragraph 18 (C) below.(11) Quoters shall e-mail their quotations to Joe Gatlin at joseph_gatlin@nps.gov. Quotes shall be submitted to insure arrival at the e-mail address noted by 2:00 pm local time, Lakewood, Colorado, Monday, May 14, 2012. Fax submissions will not be accepted. The anticipated award date is on or about Monday, May 21, 2012.(12) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of this provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price for offerors providing weed free certification. (13) Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.(14) The 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: 52.206-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.225-15, and 52.232-29.(15) All offerors shall be registered in the Central Contractor's Registration and complete the Online Representation and Certification Application (ORCA). All offerors shall provide in their quotation, proof of registration in each database. CCR registration can be completed at https://www.bpn.gov/ccr and for ORCA at https://orca.bpn.gov. (16) For information regarding this solicitation contact: Joe Gatlin at joseph_gatlin@nps.gov.(17) Delivery Schedule & Contract Period: The contractor shall complete all work by June 30, 2012.(18) Description of the requirement and place of delivery & acceptance: A) DESCRIPTIONThe work consists of furnishing and delivering aggregate road base as stated in the contract line items in the Statement of Work and section 8 above.B) LOCATIONThe contractor shall coordinate with the Park and shall deliver the road base to the Job Sites stated in each contract line. C) PARK REQUIREMENTS- Quoters shall obtain certification from the County Weed Supervisor (in the county from which the road base is hauled from) that the road base source to be used is weed free.- Contractor vehicles used to transport the road base material shall be free of noxious weed seed by frequent and thorough washing. Washing of vehicles shall be conducted outside of the park.- The contractor shall determine and adhere to road way use regulations for all roads between the manufacturer's plant and the delivery site.D) SUBMITTALSThe awarded contractor shall provide the following for review and approval:- Two copies of certified weight tickets for each load of each type of aggregate delivered to the project site. - Samples: two, five-gallon buckets of the road base. The awarded contractor shall deliver the samples to the park for prior approval. - Road Base Material Submittals - The contractor shall provide road base materials that meet the product requirements of the CDOT's Division 703. Gradation limits shall meet the requirements listed in the CDOT table 703-3, for inch minus. Aggregate Base course gradations meeting equivalent Utah Department of Transportation requirements and meeting the aggregate gradation defined in this solicitation will be acceptable, based on submittal information.The aggregate material shall be clean, hard, durable fragments or particles of crushed stone, crushed slag, or crushed natural gravel, and meet the following requirements: a) Coarse Aggregate: AASHTO T96-77, percentage of wear of not more than 50. b) Fraction passing No. 40 sieve shall have a liquid limit not to exceed 25 and a plasticity index of not more than 6, as determined by AASHTO T89-81 and T90-81, respectively. c) Material, inclusive of filler, shall meet following screen analysis requirements by weight, or the Colorado Department of Transportation (CDOT) gradation, Class 6. Table 703-3CLASSIFICATION FOR AGGREGATE BASE COURSE Sieve SizeMass Percent Passing Square Mesh SievesLL not greater than 35LL not greater than 30Class 1Class 2Class 3Class 4Class 5Class 6Class 7150mm (6")100100mm (4")10075mm (3")95-10060mm (2 ")10050mm (2")95-10010037.5mm (2")90-10010025mm (1")95-10010019mm (3/4")50-901004.75mm (#4)30-6530-5030-7030-652.36mm (#8)25-5520-8575 m (#200)3-153-1520 max3-123-153-125-15NOTE: Class 3 material shall consist of bank or pit run material. The equivalent gradation from the Utah Department of Transportation specifications will also be acceptable for the class that encompasses minus. All aggregate base course materials shall meet the requirements of either the Utah DOT or the Colorado DOT specifications. F) MEASUREMENT AND PAYMENTThe measurement for aggregate base course will be the number of tons, to the nearest tenth of a ton, verified by weight tickets. Payment will be made at the contract unit price. end STATEMENT OF WORK Weed Free GravelAtDinosaur National Monument A) DESCRIPTIONThe work of this section consists of furnishing and delivering aggregate road base as follows. Supply, transport and deliver 3/4" minus road base to the Center of the Universe Parking Lot along the Harpers Corner Road, Dinosaur National Monument. Park staff will re-load and then distribute, roll out and compact the road base once using park heavy equipment. B) LOCATION Base bid: The contractor shall coordinate with the Park and shall deliver the road base to the Job Site which is 25 miles north of Hwy 40 on the Harpers Corner Road. Turnoff from Hwy 40 onto Harpers Corner Road is 2 miles east of the town of Dinosaur, CO. The access road is paved and maintained the whole way. Contractor is responsible for unloading of road base in the above-mentioned parking lot, which will be closed to the visiting public for the duration of the work. Estimated at 2,000 tons. Bid Option #1: Shall funding remain after award of the base bid above, the contractor shall coordinate with the Park and shall deliver the road base to a second job site at the Green River District boneyard. This location is 13 miles north of Jensen, UT on the Cub Creek Road within the park. Turnoff from Hwy 40 onto UT Hwy. 149, then enter the park where the road changes to the Cub Creek Road. The access road is paved and maintained the whole way. Contractor is responsible for unloading of road base in the boneyard. Estimated at 800 tons. Bid Option #2: Shall funding remain after award of the base bid and bid option #1 above, the contractor shall coordinate with the Park and shall deliver the road base to a third job site at the Gates of Lodore Road. This location is 55 miles north of Maybell, CO. on Colorado State Highway 318, then 10 miles further on a well-maintained and graded gravel road (Moffat County 10). Work location begins where the county road enters Dinosaur National Monument. The access road is paved and maintained gravel road the whole way. Contractor is responsible for unloading of road base along the park road. Estimated at 600 tons. C) PARK REQUIREMENTS- Contractor shall obtain certification from the County Weed Supervisor (in the county from which the road base is hauled from) that the road base source to be used is weed free.- Contractor vehicles used to transport the road base material shall be free of noxious weed seed by frequent and thorough washing. Washing of vehicles shall be conducted outside of the park.- The contractor shall determine and adhere to road way use regulations for all roads between the manufacturer's plant and the delivery site. D) SUBMITTALS The contractor shall provide the following for review and approval:- Two copies of certified weight tickets for each load of each type of aggregate delivered to the project site.- Samples: two, five-gallon buckets of the road base.- Submittals as stated in the Colorado Department of Transportation's (CDOT) Specifications Book Division 703, Aggregate for Bases. Contractor's can access the specifications at: http://www.coloradodot.info/business/designsupport/construction-specifications/2011-Specs/2011-specs-book The contractor shall provide road base materials that meet the product requirements of the CDOT's Division 703. Gradation limits shall meet the requirements listed in the CDOT table 703-3, for inch minus. Aggregate Base course gradations meeting equivalent Utah Department of Transportation requirements and meeting the aggregate gradation defined in this solicitation will be acceptable, based on submittal information.The aggregate material shall be clean, hard, durable fragments or particles of crushed stone, crushed slag, or crushed natural gravel, and meet the following requirements: a) Coarse Aggregate: AASHTO T96-77, percentage of wear of not more than 50. b) Fraction passing No. 40 sieve shall have a liquid limit not to exceed 25 and a plasticity index of not more than 6, as determined by AASHTO T89-81 and T90-81, respectively. c) Material, inclusive of filler, shall meet following screen analysis requirements by weight, or the Colorado Department of Transportation (CDOT) gradation, Class 6. Table 703-3CLASSIFICATION FOR AGGREGATE BASE COURSE Sieve SizeMass Percent Passing Square Mesh SievesLL not greater than 35LL not greater than 30Class 1Class 2Class 3Class 4Class 5Class 6Class 7150mm (6")100100mm (4")10075mm (3")95-10060mm (2 ")10050mm (2")95-10010037.5mm (2")90-10010025mm (1")95-10010019mm (3/4")50-901004.75mm (#4)30-6530-5030-7030-652.36mm (#8)25-5520-8575 m (#200)3-153-1520 max3-123-153-125-15NOTE: Class 3 material shall consist of bank or pit run material. The equivalent gradation from the Utah Department of Transportation specifications will also be acceptable: All aggregate base course materials shall meet the requirements of either the Utah DOT or the Colorado DOT specifications. F) MEASUREMENT AND PAYMENTThe measurement for aggregate base course will be the number of tons, to the nearest tenth of a ton, verified by weight tickets. Payment will be made at the contract unit price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS21756/listing.html)
 
Place of Performance
Address: Dinosaur National MonumentDinosaur, Colorado and Utah locations
Zip Code: 81610
 
Record
SN02730586-W 20120427/120425235036-69386bc7678f3e72193180cd451c64ef (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.