SOLICITATION NOTICE
99 -- Topsoil Delivered
- Notice Date
- 7/27/2006
- Notice Type
- Solicitation Notice
- NAICS
- 212399
— All Other Nonmetallic Mineral Mining
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Western Oregon ZAP, Willamette NF, 211 East 7th Avenue, Eugene, OR, 97401-2773
- ZIP Code
- 97401-2773
- Solicitation Number
- R6-18-05-52950
- Response Due
- 8/10/2006
- Archive Date
- 9/30/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items 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; Quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ R6-18-06-52950 is issued as a request for quotations and incorporates provisions and clauses that is in effect through FAC 05-11. This solicitation is a small business set-aside under NAICS 212399. The small business size standard is 500 employees. This is a firm-fixed price contract. Quote shall be submitted for Item 1: Topsoil ? Delivered: 690 Cubic Yards @ $________, Total amount $__________. The quantity listed is an estimate. The estimated start work date is August 21, 2006. All work shall be completed within 30 calendar days after the effective date of the Notice to Proceed. The Government will issue an order as a result of this Request for Quotations to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government, cost or price and other factors considered. The evaluation factors in order of importance shall be used to evaluate quotes: 1) Past Performance: Provide a listing of your projects for the past three-year period, which most closely relates to this type of work. Include the following information for each contract: a) Type of work, b) Total contract value, c) Completion date, or stage of completion if still in progress, and d) Client?s name, address, and telephone number. The Government will assess the quality of the work performed for prior clients, including timeliness, compliance with requirements, and the degree of customer satisfaction. If you experienced difficulties on any of these contracts, please describe the difficulties and any steps taken to prevent a recurrence, 2) Contractor?s Capability and Capacity: Provide written product information you will supply. Provide a contact name, telephone number, and address of product location for Government inspection/sampling of topsoil during the evaluation process. In addition, provide a list of locations where the material has been used for the Government to observe plant vigor and presence of weeds., 3) Work Plan and Schedule: Provide your general work plan including delivery schedule, and 4) Commitment to Recruiting and Hiring Local Residents: Explain how many employees in your current organization to be used in this contract are residents of the geographic area identified in the combined synopsis/solicitation. Describe the organization?s plan to provide employment opportunities for individuals within the project geographic area, emphasizing employment opportunities in rural communities. Include a narrative of how you will create economic benefits to the local communities (local subcontracting, purchasing supplies, lodging, etc). You may use the separate supplemental document for addressing evaluation factors. The supplemental includes offeror representations and certifications, which are required to be submitted with the offer. The Government may reject any or all quotes, issue orders to other than the lowest quote, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any or all quoters. ITEM DESCRIPTION ? Furnish and deliver to the McKenzie River Ranger District on the Willamette National Forest fertile, friable, free draining, sandy loam soil that is free of subsoil, refuse, stumps, roots, brush, weeds, rocks larger than 1 inch, or other substances detrimental to the development of vegetative growth. Product shall conform to the following texture: - Organic matter: 3 to 10% (AASHTO T 267); Sand: 20 to 70% (AASHTO T 88); Silt: 10 to 60% (AASHTO T 88); Clay: 5 to 30% (AASHTO T 88); pH: 6 to 8 (AASHTO T 289). Deliver and stockpile topsoil at Road 2650 milepost 0.3, where shown on the vicinity map (separate document), and as staked by the Government. Deliveries shall not occur on Saturday, Sunday, or legal holidays. Stockpile topsoil in a manner to facilitate easy removal by equipment and to preserve its quality. Quantity of material delivered will be based upon measurement of cubic yards in the hauling vehicles and shipping documents for each load. The Government will inspect all material delivered to determine quality. Inspection may occur prior to delivery and will consist of a visual inspection based on adherence to contract technical specifications. Acceptance of the work will be determined by an inspection of the stockpile. If the material delivered does not meet contract specifications, the Government will immediately notify the Contractor in writing. Contractor may be required to remove material not meeting contract requirements at no cost to the Government. If the quality of material delivered does not meet specifications within two consecutive workdays after receipt of notice in writing of unsatisfactory material, the Contractor's right to proceed may be terminated and the contract considered in default. Payment will be made on the basis of the number of cubic yards satisfactorily delivered as determined by the Government. The Contractor shall comply with the regulations governing the operation of premises that are occupied and shall perform this contract in such a manner as not to interrupt or interfere with the conduct of Government business. The Contractor shall use measures and precautions necessary to warn and protect the public and Government personnel and equipment during work at the project site. Such actions include, but are not limited to, furnishing and maintaining barricades and signs to and around the work site. Protection of Streams, Lakes, and Reservoirs: the Contractor shall take sufficient precautions to prevent pollution of streams, lakes, small ponds, and reservoirs with fuels, oils, bitumen, dust palliatives, silt, or other harmful materials. Mechanical equipment shall not be operated in live streams without written approval of the Government. If a petroleum spill should take place in the water, the Contractor shall immediately notify the COR and the Oregon Emergency Response System (OERS), telephone 1-800-452-0311 or 1-503-378-4124. Contractor shall remove all of its trash and refuse from the contract area. The Contractor shall use every precaution necessary to prevent damage to public and private property. Land monuments and property markers shall not be disturbed until the Contracting Officer, or his/her representative, has witnessed or otherwise referenced their location and directed their removal. PROVISIONS ? The following FAR clauses are applicable to this solicitation and may be obtained at the following website; www.arnet.gov/far: 52.204-7 Central Contractor Registration, 52.212-1, Instructions to Offerors ? Commercial Items, 52.212-2 Evaluation ? Commercial Items, 52.212-3 Offeror Representations and Certifications ? Commercial Items, 52.212-4 Contract Terms and Conditions ? Commercial Items, Addendum to 52.212-4: 52.211-10 Commencement, Prosecution, and Completion of Work - The Contractor shall be required to (a) commence work under this contract within 3 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 30 calendar days. The time stated for completion shall include final cleanup of the premises; 52.222-20 Walsh-Healey Public Contracts Act; 52.236-6 Superintendence by the Contractor; 52.236-7 Permits and Responsibilities; 52.242-14 Suspension of Work; and 52.246-16 Responsibility for Supplies. 52.212-5 Contract Terms and Conditions Required to Implement Statures or Executive Orders ? Commercial Items (a)(b)(5)(15)(16)(17)(18)(19)(20)(24)(26)(31). Supplemental Attachments 1, 2, and 3 are available on the Internet at the Federal Business Opportunities (FedBizOpps) website at www.fedbizopps.gov. For technical information contact Adrienne Launer at (541) 822-7204. Responses are due by 4:30 PM local time, August 10, 2006 at USDA - Willamette National Forest, 211 E. 7th Avenue, Room 321, Eugene, OR 97401. Quoters may submit Facsimile Proposals to: (541) 225-6220. CONTRACTOR/OFFEROR:_______________________________________________ ADDRESS:______________________________ TELEPHONE NO._______________ DUNS NUMBER_____________________ TIN NUMBER__________________________
- Place of Performance
- Address: McKenzie River Ranger District, 57600 McKenzie Highway, McKenzie Bridge, OR
- Zip Code: 97413
- Country: UNITED STATES
- Zip Code: 97413
- Record
- SN01099208-W 20060729/060727220337 (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 |