SOLICITATION NOTICE
56 -- Asphalt and MC-70 tack coat
- Notice Date
- 7/25/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Force Space Command, 341CONS, 7015 Goddard Drive, Malmstrom AFB, MT, 59402-6863
- ZIP Code
- 59402-6863
- Solicitation Number
- F1CERF31350200
- Response Due
- 8/4/2003
- Archive Date
- 8/19/2003
- Point of Contact
- Troy Darling, Contract Specialist, Phone 406-731-4039, Fax 406-731-3748, - Matthew Morris, Contract Administrator, Phone 406-731-4029, Fax 406-731-4005,
- E-Mail Address
-
troy.darling@malmstrom.af.mil, matthew.morris@malmstrom.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted) on RFQ reference number FCERF31350200. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-14. (iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 23599 with a small business size standard of 7.0 Million dollars. (v) This combined synopsis and solicitation is for the following commercial items: CLIN 0001- 3000 each, tons of asphalt (must meet Gov. specs to be attached) CLIN 0002- 4300 each, Gallons of MC-70 Tack coat (must meet Gov. specs to be attached) (VI) MATERIAL REQUIREMENTS 1. AGGREGATE Gradation of the aggregates in the completed mix shall conform to the following when tested in accordance with MT 202. % Passing by Weight Job Mix Sieve Size Min. Max. Tolerance 5/8" 100 1/2" 86 90 ?7 3/8" 75 79 ?7 No. 4 53 57 ?7 No. 10 34 40 ?6 No. 40 16 18 ?5 No. 200 6 8 ?1.5 The aggregate shall meet the following requirements: A. The material from which aggregate is to be produced shall have a wear factor not to exceed 50 percent at 500 revolutions. B. Material retained on the No. 4 sieve shall be classed as coarse aggregate, and material passing the No. 4 sieve shall be classed as fine aggregate. C. Aggregate less than 70 percent by weight of the coarse aggregate shall have at least one mechanically?fractured face. D. The liquid limit for that portion of the fine aggregate passing the No. 40 sieve shall not exceed 25. The aggregate shall be non-plastic. E. The final produced aggregate, including treated aggregate, shall have a swell of not more than 10 percent in 8 days and shall show no cracking or disintegration when tested for volume swell. F. The aggregate shall be free from adherent films of clay or other matter that will prevent thorough coating of the rock with bituminous material. Aggregate for use in bituminous mixtures shall be free from injurious quantities of vegetable matter, balls of clay, frozen lumps, or other extraneous matter and shall meet the requirements as detailed hereinafter for the particular type and grading specified in the contract or shown on the plans. The aggregate shall not contain deleterious substances in a quantity exceeding the following percentages by weight: Clay lumps, shale, and coal 1.5% each Soft particles 3.5% each No combination of shale, clay, or soft particles shall exceed 3.5%. If filler, in addition to that naturally present in the aggregate, is necessary, it shall consist of limestone dust, hydrated lime, Portland cement, fly ash, or other mineral filler approved by the Contracting Officer. The filler material shall meet the requirements of ASTM D 242. 2. BITUMINOUS MIX A. Composition of Mixture: The bituminous plant mix shall be composed of a mixture of aggregate, filler if required, and bituminous material. The several aggregate fractions shall be sized, uniformly graded and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula. B. Job Mix Formula: No bituminous mixture shall be produced until a job mix formula has been approved by the Contracting Officer. C. Bituminous Material: The bituminous material to be mixed with the mineral aggregate at the central plant shall meet the requirements of AASHTO M 20. The asphalt cement shall be 120-150 Penetration Grade Asphalt Cement. D. Antistripping Additive: The bituminous mix shall not show evidence of stripping when tested in accordance with ASTM D 2489. Antistrip agents shall be used if necessary at no additional cost to the Government. E. Job Mix Tolerances: Plus or Minus Aggregate passing sieve No. 4 and larger 7 percent Aggregate passing sieve No. 10 6 percent Aggregate passing sieve No. 40 5 percent Aggregate passing sieve No. 200 1.5 percent Asphalt Cement 1.4 percent Temperature of mixing and placing 20 degrees F F. Composition of Mix: No less than two bin separation will be allowed for mixing of the asphalt concrete. The final batch design consistent with these Specifications must be approved by the Contracting Officer before asphaltic placement will be allowed. Minimum design criteria by Marshall Test Method (ASTM D 1559) will be as follows: Property Test Method Limits Stability, lbs. ASTM D 1559 >1500* Flow 1/100 in. ASTM D 1559 8?18* Air Voids, % ASTM D 3203 3?5 VMA, %, (min.) Asph. Inst. MS?2 14 Asphalt Content, % 6?7 * 50 blows each end of specimen, Marshall Method. NOTE: With tolerances specified in conjunction with the job mix formula, the resulting gradation shall not be outside the specification limits. All batches delivered on site shall meet all of the above criteria. 3. EQUIPMENT A. Asphalt Plant: The Hot Plant Mix Asphalt Concrete shall have a minimum of a 3-bin separation, when weight batching or continuous flow mixing types of plants are used, and when the drum dryer is used, the crushed aggregate shall be separated into two sizes and stockpiled. B. Haul Trucks: Vehicles used for the transportation of asphalt concrete from the plant to the site of work shall have tight, metal bottoms and shall be free from dust, screenings, petroleum oils, volatiles or other mineral spirits which may affect the mix being hauled. Trucks shall be provided with covers of sufficient size and weight to protect the load and to prevent cooling of the upper surface in cool weather or for long hauls. The Contractor shall provide haul trucks of such size, speed and condition to insure orderly and continuous operations. * All items must be delivered while still hot. (vii) Delivery requested within 15 days ADC. FOB destination 6944 Goddard Drive, Bldg 1464, Malmstrom AFB, MT 59402. (viii) The following provisions and clause apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. (ix) Quotes will be evaluated on price related factors and compliance to Gov. specs only. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, the offeror must include a completed copy of this provision with their offer. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.225-3, Buy America Act--North American Free Trade Agreement--Israeli Trade Act, Alternate I; 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable: DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings, Alternate I; 252.225-7036, Buy America Act--North Free Trade Agreement Implementation Act--Balance of Payment Program, Alternate I; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Certification of Requests for Equitable Adjustment. Also, the clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act, applies to this solicitation. (xiii) All firms or individuals responding must be registered with the Central Contractor Registration (CCR), http://www.ccr.gov/. The Government reserves the right to award on a multiple award or an all or none basis. (xvi) Quotes are required to be received no later than 12:00 PM MST, Tuesday, July 15, 2003. All quotes and offeror representations and certifications must be faxed to (406) 731-4005 to the attention of SrA Troy Darling. (xvii) Please direct your questions to SrA troy Darling @ (406) 731-4039 or 1st Lt Matthew Morris @ (406)731-4029.
- Place of Performance
- Address: Malmstrom AFB, Great Falls, MT. 59402
- Zip Code: 59402
- Country: UNITED STATES
- Zip Code: 59402
- Record
- SN00383200-W 20030727/030726120822 (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 |