Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2003 FBO #0459
SOLICITATION NOTICE

56 -- Libby Asbestos Project ? Residential Common Fill

Notice Date
3/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRS57-03-B-60003
 
Archive Date
5/8/2003
 
Point of Contact
Point of Contact - Michael L Raymond, Contract Specialist, (617) 494-2313
 
E-Mail Address
Email your questions to Contract Specialist
(raymondm@volpe.dot.gov)
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items, Part 13.5 Test Program for Certain Commercial Items and Part 14, Sealed Bidding. The solicitation number is DTRS57-03-B-60003 and is issued as a Invitation for Bid (IFB). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 01-12. This solicitation is a HubZone Small Business Concern Set-Aside in accordance with FAR 19.13. The North American Industry Classification Systems Code is 212399 and the Small Business size standard is 500 employees. The Small Business Administration shall certify all Bidders as a HubZone Small Business Concern. Bidders must submit a copy of the certification with their bid. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA has a requirement for assisting the U.S. Environmental Protection Agency (EPA), to provide residential common fill in Libby, Montana. The residential common fill will be used as part of the site remediation and restoration in the town of Libby, Lincoln County, Montana. The Bidder will provide the necessary equipment, material and lab or to provide the full maximum quantity stated below. The Bidder will provide the necessary permit(s) for Open cut Mining as required by the state from which the fill material originates. The blending of material from more than one site is not authorized. Residential common fill shall meet the following specifications; (1) it shall consist of mineral soil substantially free from organic materials, loam, wood, trash and other objectionable materials which may be compressible or which cannot be properly compacted. (2) It shall not contain any stones larger than 4 inches in largest dimension (3) shall meet the following gradation: Sieve Size 4-inch 100% finer by Weight, Sieve Size No.4, 50 to 100 % Finer by Weight. No 40, 30 to 85% finer by weight. No 200, 0 to 60% finer by weight. (4) I t shall have a liquid limit less than 35 and a plasticity index less than 10. The Bidder shall provide and include with their bid the analytical test results from an independent laboratory showing five (5) soil samples have been analyzed using ASTM D422 (Standard Test Method for Particle-Size Analysis of Soils), for grain size distribution and ASTM D4318 (Standard Test Method for Liquid Limit, Plastic Limit, and Plasticity Index of Soils) for liquid limit and plasticity index. The Bidder shall provide and include with their bid a copy of a USGS quad sheet, or portion thereof to show the location of the borrow source area and the 5 locations (one each corner and one from the center), the samples shall be obtained from locations at half the depth you plan to excavate to supply the needed co mmon fill, but no deeper than 12 feet. The Bidder shall also provide with their bid gradation, liquid limit and plasticity index analytical test results from the five (5) samples. Finally the Bidder shall provide and include with their bid certification that the fill material proposed for use on the project will be obtained from a native source and not previously used fill material from a developed location. During the bid review process the government will accompany the Bidder to the source to obtain samples for environmental sampling and testing to confirm that the residential common fill material is clean. The government will analyze Residential Fill material for Total Petroleum Hydrocarbons (TPH), Polynuclear Aromatic Hydrocarbons (PAH), Volatile and Semi-volatile Organics Compounds ( VOCs), Pesticides, Polychlorinated Biphenyls (PCBs), Priority Pollutant Metals, and Asbestos by the Polarized Light Microscopy (PLM) Method, the bid will be considered non responsive if the samples do not meet specification. Also during the bid review process the government reserves the right to sample the sources concurrently or consecutively. After award the government reserves the right to sample the sources for quality assurance/quality control purposes and to inspect the fill material upon loading at the pit, and/or upon delivery to the site to determine compliance with specifications. After award the government shall have the right to reject at anytime non-conforming, non-homogeneous loads and/or any fill it deems does not meet specification for use at the site. Furthermore the gover nment shall have the right to perform confirmatory quality assurance/quality control sampling at any time on stockpiled or delivered fill material provided by the Contractor. After award the Contractor shall provide grain size distribution test results every 6,000 cubic yards of fill. All of the Bidders trucks must abide by all Federal and State DOT regulations as well as County and Town regulations. The Contractor shall provide numbered receipts for each truckload of clean fill to the Volpe Center on-site representative upon delivery of each load. During the performance of this contract, the Contractor shall maintain and have available for delivery, a 3,000 cubic yard stockpile of acceptable residential common fill material at the fill source. The Contractor must have the capability to provide within a 72-hour notice, up to 1,000 CY of residential common fill delivered per day and the fill shall be available through June 30, 2006. Currently the work schedule is 5 days per week, but if deemed necessary by the government the work schedule may be increased to 6 days per week. The government shall provide the Contractor a one-week written notification of a change in the work schedule. All prices include delivery to site(s). The Contractor shall have the capability to deliver fill up to six days per week (Monday through Saturday) excluding May 24-26, July 4-6, August 30-September 1, November 27-30, December 24-28, 2003; May 29-31, July 3-4, September 4-6, November 25-28, December 24-26, 2004; May 28-30, July 2-4, September 3-5, November 24-27, December 24-25 2005; May 27-29 2006. The bid package shall include the following line item in a written quotation: Line Item 0001 Residential Common Fill Delivered 70,000 cubic yards, contract minimum - Unit Price $________, per cubic yard, Total for Line Item 0001 $______; The contract minimum order quantity is 10,000 cubic yards. The remaining 60,000 cubic yards is not guaranteed. Orders will be issued by the Contracting Officer through delivery orders. Each Delivery Order will be guaranteed 3,000 cubic yards. Delivery/Site Location: Delivery of residential common fill shall be to various residential properties located in the City of Libby, Lincoln County, MT. The City of Libby is 25 miles east of Idaho and approximately 40 miles south of Canada. Approximately 90% of the residential properties will be located with in 2.5 miles of downtown Libby, MT; however, some properties may be up to 10 miles from the Libby center. The provision at 52.212-1, Instructions to Offerors ? Commercial Items, is hereby incorporated by reference. Under FAR 52.212-2, Evaluation ? Commercial Items, the evaluation factor is price. The Government will sample and test the fill before awarding a contract to insure the fill meets the Government?s specifications. The Government reserves the right to reject any fill it deems does not meet specification for use at the site. All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items with their bid package. The clauses at FAR 52-219-3 - Notice to Total HubZone Set-Aside and FAR 52-212-4 - Contract Terms and Conditions?Co mmercial Items are incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition; additional clauses cited in FAR 52.212-5 that apply to this acquisition are: 52.203-6; 52.219-3; 52.219-8; 52.219-14; 52.222-21, 52.222-26; 52.222-35; 52.222-36; 52-222-37 and 52.223-9, 52.232-34. The clause 52.232-18 Availability of funds applies to this acquisition. No hard copies of the IFB will be mailed. The two copies (original and one copy) of the bid package shall be delivered to the U.S. Department of Transportation, Volpe Center, 55 Broadway, Kendall Square, Cambridge, MA 02142 ATTN: Michael L. Raymond, DTS-852, Building 4, Room 2102 no later than 2:00 p.m. Eastern Time, April 8, 2003. The bi d package must be marked IFB: DTRS57-03-B-60003. Telephone requests will not be honored. Bid packages may be submitted via facsimile. If you choose to submit your bid package via facsimile, fax one copy to (617) 494-3024. You are also required to provide two copies (original and one copy) of your bid package to address listed above within 4 calendar days of the due date. The Bidders failure to include in their bid package the; (1) HubZone certification, (2) necessary permits, (3) an original signed bid and (4) certification that the fill material proposed for use will be obtained from a native source and is not a previously used fill material from a developed location Also the bidders failure of its residential fill during the sampling and testing to meet the specifications directed h erein will result in the bid package being determined non-responsive. The Contracting Officer for this procurement is Orin D. Cook, Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/procure/index.html.
 
Web Link
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
 
Record
SN00269840-W 20030306/030304213431 (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 |
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.