SOLICITATION NOTICE
56 -- South Fork John Day Rock Supply, Prineville District, Oregon
- Notice Date
- 7/30/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- BLM-OR OREGON STATE OFFICE* 333 SW FIRST AVENUE-7TH FLOOR PORTLAND OR 97204
- ZIP Code
- 97204
- Solicitation Number
- HAQ073039
- Response Due
- 7/31/2007
- Archive Date
- 7/29/2008
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS SOLICITATION for commercial items 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. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation HAQ073039 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 7-17. All responsible sources may submit a quote which will be considered. This solicitation is set aside for small business concerns. See Numbered Note(s): 1. NAICS code 212319; size standard of 500 employees. This will be a firm fixed-price contract for the Bureau of Land Management, 3050 N.E. 3rd St., Prineville, Oregon 97754. SUPPLY AND DELIVER approximately 2000 cubic yards of crushed aggregate from the BLM rock pit at Smokey Creek on October 16, 2007. TECHNICAL SPECIFICATIONS: Furnish hard, durable particles or fragments of crushed stone, crushed slag, or crushed gravel. Aggregate shall be free from organic matter and lumps or balls of clay. Do not use material that breaks up when alternately frozen and thawed or wetted and dried. Aggregate shall have a minimum of 50% fractured faces per ASTM D 5821. Obtain the aggregate gradation by crushing, screening, and blending processes as necessary. Specifications for 3/4 minus (ODOT/BLM) gradations value ranges percent passing (by weight). Percent passing: Sieve Designation (SD) and Grading (G) (per AASHTO T27 & T11), SD 1 inch, G:100%; SD 3/4 inch G: 90 to 100%; SD 1/2 inch --; SD 3/8 inch G: 55% - 75%; SD 1/4 inch G: 40 - 60%. Of the fraction passing 1/4 sieve, 40-60% shall pass No. 10 sieve. Fine aggregate, material passing the No. 10 sieve, shall consist of natural or crushed sand and fine mineral particles. Contractor shall develop quarry as necessary to produce required quantities of crushed aggregate. DELIVERY LOCATION AND ACCEPTANCE: 1) The Smokey Creek Rock Pit is located 4.6 miles south of Dayville, Oregon on the South Fork John Day Road (Grant County Road 42). 2) Crushed aggregate shall be stockpiled on site. Stock pile shall be kept 10 feet away from the edge of the County Road and shall not overlap onto or bury existing stockpiles located at the north end of the quarry. 3) All waste, excess, and by-product materials from the manufacture or production of materials shall remain Government property. These materials shall be stockpiled separately from the above specified crushed aggregate. No payment will be made for these by-products and the Contractor shall have no claim against the Government for handling and piling these by-products. 4) Payment will be based upon the cubic yard in place. Stock pile will be measured in place to determine final quantity. 5) Acceptance - Final inspection and acceptance of supplies will be made by the Government at the place of delivery. Once delivery has commenced, delivery must take place within a 5 calendar day period of time and there shall be no deliveries of aggregate on Saturday, Sunday, or federal Holidays. FAR provision 52.212-3 is available at: http://acquisition.gov/far/index.html. Offeror Representations and Certifications-- Commercial Items; 6) Offers shall submit signed and dated offers, either on a SF1449 or letterhead stationary. Identify payment discount terms. 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, 52.211-18, 52.219-6, 52.2l9-8, 52.219-14, 52.222-19, 52.222-20, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-29, 52.232-33 and 52.211-16 Variation in Quantity to be plus or minus 5 percent, this increase or decrease shall apply to the total contract quantity. Referenced clauses and provisions are available at: http://www.arnet.gov/far. Quotes shall be sent to Bureau of Land Management, Oregon State Office (OR-952), P.O. Box 2965, Portland, Oregon 97208 by COB 11:59 p.m. local time on or before August 30, 2007. FAX quotes will be accepted at 503-808-6312. For questions contact Jeff Pentz at 503-808-6223.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1312213)
- Place of Performance
- Address: Prineville District, Oregon
- Zip Code: 97754
- Country: USA
- Zip Code: 97754
- Record
- SN01356594-W 20070801/070730221953 (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 |