SOLICITATION NOTICE
56 -- Furnish & Stockpile Aggregate, Roseburg District
- Notice Date
- 12/3/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- BLM OREGON STATE OFFICE PO BOX 2965 PORTLAND OR 97208
- ZIP Code
- 97208
- Solicitation Number
- HAQ033004
- Archive Date
- 12/3/2003
- Point of Contact
- Thomas L. Fulton Procurement Clerk 5038086210 or952mbWor.blm.gov
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS SOLICITATION for a commercial item 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. Solicitation HAQ033004 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 97-19. All responsible sources may submit a quote which will be considered. This will be a firm fixed-price contract for the Bureau of Land Management, Swiftwater Resource Areas, Willamette Meridian, Douglas County, Roseburg District, Oregon. Site map may be found at http://www.or.blm.gov/procurement/solicitations.htm or request at 503-952-6218. Supply and stockpile a total of 9,500 Tons (TN) with an option for 1,800 Tons of 3" minus aggregate at the following locations: Bid Item No. 9,500 Tons at Stockpile Site No. 10-10, Junction of Road No. 25-07-5.1 and Road No. 24-08-26.4 in Section 35, T. 24 S., R. 8 W., W. M. and Option Item No. 1 not to exceed 1,800 Tons to be stockpiled at the same location. EVALUATION FOR AWARD: Award will be made to the responsible firm whose quote is most advantageous to the Government, price and other factors considered. Other factors for this solicitation include past performance of the quoter. Past performance information may be based on the government's knowledge of and previous experience with the quoter, or other reasonable basis. The Government will include and evaluate option pricing as part of the total price. Evaluation of the option will not obligate the Government to exercise the option. Delivery time is 30 calendar days after receipt of the notice to proceed, beginning approximately February 1, 2003; the option will be chosen at time of award. TECHNICAL SPECIFICATIONS: Furnish all labor, transportation, materials, equipment, supervision, and incidentals necessary to supply crushed aggregate from a commercial source and place in consolidated and uniformly faced stockpile at the location specified. Access is over State, County, Bureau of Land Management, and Private roads. The Government has rights of access over private roads for the Contractor's use. Provide an initial set of test results from a commercial testing lab to verify the quality and gradation of material, as shown below. If the Contractor uses materials from different areas of a pit or sources, additional testing will be required. The material shall show a loss of not more than 35 percent by weight, when submerged in DMSO, dimethyl sulfoxide, for five (5) days, according to the Federal Highway Administration Region 10 Accelerated Weathering Test Procedure, not more than a 35% maximum loss from the Los Angles Abrasion test AASHTO T96, have a minimum index of 35 when tested for durability of coarse and fines, AASHTO T210. Crushed river rock is not acceptable. Tests results must be representative of the materials to be supplied. Additional testing will be required if Government testing indicates that materials are not in compliance with the specifications. Aggregate shall be hard durable particles or fragments of crushed angular quarry stone of non-alluvial origin. The material shall be uniformly graded from coarse to fine. Aggregate shall conform to the Grading Requirements for Crushed Aggregate with Percentage by Weight Passing Square Mesh Sieves Using AASHTO T-11 and T-27 as follows: 3 inch Sieve Designation (SD), 100 Percent by Weight Passing Sieve Designation (%WPSD); 2-inch (SD), 65- 95 (%WPSD); 3/4-inch (SD), 28-70 (%WPSD); No. 4 (SD), 10-35 (%WPSD); and No. 200 (SD), 0-10 (%WPSD). Shape the stockpile aggregate in a neat and regular form so as to occupy the smallest feasible area. The side slopes shall not be flatter than 1 ? to 1. Aggregates will be accepted by a Certification of Compliance. The Certification shall be supported with test results and shall state that all materials fully comply with the contract requirements. The CO may obtain samples for testing by the Government to verify the Contractor's test reports. If the Government's verification tests do not substantiate the validity of the Contractor's Certification, the CO may order the Contractor to perform additional testing or retesting as deemed necessary or may rely exclusively on the Government's tests to determine contract compliance. No payment will be made for performing the additional sampling and testing or retesting ordered by the CO. Should it become necessary for the Government to test materials due to the Contractor's Certification being declared invalid, the total cost of performing such tests for the applicable item will be charged to the Contractor. Furnish, erect, maintain and operate acceptable beam-type scales, or other approved weighing devices. In lieu of furnishing scales, the Contractor may use public weighing facilities provided they have been tested, sealed, and certified by an acceptable certifying authority. The platform shall be of sufficient length to permit simultaneous weighing of all axle loads of the entire hauling vehicle except coupled vehicles may be weighed separately or together in accordance with Section 2.20 paragraph UR3.3 of National Bureau of Standards Handbook 44. Each weighing device shall have the scales checked, adjusted, and certified by an approved testing firm or laboratory of the State Agency responsible for weights and measures. A daily weight record shall be maintained. The following information shall be included in the record: Name of project, contract item number, source, date, load number, truck identification, time of weighing, gross weight of each load, tare weights, and net weights. DELIVERY: Coordinate with the CO to arrange for delivery between the hours of 7 a.m. and 5 p.m. Monday through Friday (holidays excluded), inspection, and acceptance. The Contractor shall comply with Oregon State law regarding load weights and speed limits. MEASUREMENT AND PAYMENT: Measurement for payment will be made on the actual quantity delivered to the stockpile site as supported by weight tickets and accepted by the government. The quantities of aggregate will be measured and paid for by the ton placed and accepted in the stockpile at the designated stockpile site. An on-site BLM representative and the supplier (or his representative) shall agree in writing as to the quantity of material delivered at the end of each day of delivery. The accepted quantities will be paid for at the unit prices accepted. Payment of prices offered shall be full compensation for furnishing all materials, including stockpiling the materials. QUOTATIONS SHALL INCLUDE 1) Prices for Item No. 1; Option Item No. 1; per Ton (TN) (offerors are required to submit prices on all items), and 2) FAR provision 52.212-3 which is available at: http://www.or.blm.gov/procurement/com_cert.htm. APPLICABLE FAR CLAUSES AND OTHER PROVISIONS: 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number; 52.212-1 Instruction to Offerors - Commercial Items; 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 (including 52.203-6, 52.2l9-8, 52.219-14, 52.211-18, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-33,). Referenced clauses and provisions are available at: http://www.arnet.gov/far. Quoters shall submit signed and dated quotes, either on a SF1449 which may be found at http://www.gsa.gov/forms/pdf_files/sf1449.pdf or letterhead stationary. Quotes shall be sent to Bureau of Land Management, Oregon State Office (OR952), P.O. Box 2965, Portland, Oregon 97208 by COB (4:15 p.m. local time) on or before January 15, 2003. FAX quotes will be accepted at 503-952-6312.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=LM142201&P_OBJ_ID1=421110)
- Place of Performance
- Address: Swiftwater Resource Area, Douglas County, Roseburg District, Oregon
- Zip Code: 97470
- Country: USA
- Zip Code: 97470
- Record
- SN00214864-W 20021205/021203213732 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |