SOLICITATION NOTICE
56--56 -- Road Base Material
- Notice Date
- 5/31/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG 12795 W. Alameda Pkwy. Lakewood CO 80228
- ZIP Code
- 80228
- Solicitation Number
- Q1402062138
- Response Due
- 5/31/2006
- Archive Date
- 5/31/2007
- Small Business Set-Aside
- Total Small Business
- Description
- (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 best value to the Government. (3) The proposed contract is 100% set-aside for Small business concerns. All responsible Small businesses may submit a quotation 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 #:Q1402062138. This solicitation is issued as a Request for Quote. (6) NAICS code: 212321; Small business size standard 500 employees. (7) NAICS code: 484220; Small business size standard: $23,500,000. (8) Contract line item 0001: 6,000 tons of road base material. (9) Provisions and clauses noted below may be accessed at http://www.arnet.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) contractor provided information that responds to the non-price evaluation factors noted in paragraph 12 below; b) price proposal for contract lines noted in paragraph 8 above; c) completion of provision 52.212-3 as noted by paragraph 12 below; d) acknowledgement of any solicitation amendments; e) 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. Quote shall be submitted to insure arrival at the e-mail address noted by 2:00 pm local time, Lakewood, Colorado, June 16, 2006. The anticipated award date is on or about Friday, June 23, 2006. (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 of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. The non-price evaluation factors and their acceptability standards are: a) technical capability of the item offered to meet the Government requirement, b) past performance. Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of quoters past performance, and / or references obtained from any other source. Quoters shall provide a list of five past contracts / projects, completed within the last three years, which they consider similar in nature. (13) Quoters shall complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. 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, 52.232-29. (15) Prospective quoters are strongly encouraged to visit the project site prior to submitting a quote. A pre-proposal conference (site visit) is scheduled to begin at 10:00 a.m. (local time) on Monday, June 12, at Dinosaur National Monument. Quoters shall RSVP by e-mailing the following information to Joe Gatlin at joseph_gatlin@ nps.gov by no later than 10:00 a.m. (local time), two days prior to the date shown above for the site visit. Upon receipt of a quoter's RSVP, the NPS will forward information, which notes other pertinent data relevant to the site visit. (16) For information regarding this solicitation contact: Joe Gatlin at joseph_gatlin@nps.gov or 303-969-2660. (17) Delivery Schedule & Contract Period: The contractor shall complete all work by August 30, 2006. (18) Description of the requirement and place of delivery & acceptance: A) DESCRIPTION The work consists of furnishing and delivering aggregate road base as follows. Supply, transport and deliver 3/4" road base to Echo Park Dugway Overlook parking lot at Harpers Corner Road, Dinosaur National Monument. Park staff will distribute, roll out and compact the road base once it is unloaded from the contractor's trucks. B) LOCATION 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 Harpers Corner Road. The turn off 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 entire way. The 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. 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) 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. Please provide sample at the pre-proposal conference. - Samples: two, five-gallon buckets of the road base. Please provide sample at the pre-proposal conference. - Submittals as stated in the Utah Department of Transportation's (UDOT) specification section 02721, Untreated Base Course. Contractor's can access the specifications at: http://www.udot.utah.gov/index.php/m=c/tid=1100 E) ROAD BASE MATERIAL The contractor shall provide road base materials that meet the product requirements of the UDOT's specification 02721 "Untreated Base Course". Gradation limits shall meet the requirements listed in the UDOT specification, table 4, for 3/4 inch. 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), (37.5 mm) gradation. Sieve Size of 1-1/2 inch / 100 percent passing Sieve Size of 1 inch / 75-100 percent passing Sieve Size of No. 4 / 30-70 percent passing Sieve Size of No. 200 / 3-15 percent passing. The filler shall be Aggregate Base Course, finely divided mineral matter such as rock or slag dust, hydrated lime, hydraulic cement, or other suitable mineral matter free from organic impurities and clay. F) MEASUREMENT AND PAYMENT The 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
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2165799)
- Place of Performance
- Address: Dinosaur National Monument, Utah
- Zip Code: 816109724
- Country: USA
- Zip Code: 816109724
- Record
- SN01059936-W 20060602/060531221127 (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 |