Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

38 -- Request for Quotation for a five year IDIQ contract for delivery of Road Material to Yosemite National Park. NAICS code is21321. This is a HUB Zone set aside. Prospective offerors must be registered in CCR and OCRA.

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
PWR - YOSE Yosemite National Park P. O. Box 700-W 5083 Foresta Rd., Bldg. 759 El Portal CA 95318
 
ZIP Code
95318
 
Solicitation Number
Q8822070008
 
Response Due
9/14/2007
 
Archive Date
8/29/2008
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ). Quotes are being requested and a written RFQ will not be issued. The RFQ being issued is Q8822070008 and Quotes (including the completed FAR 52.212.03, Offeror Representations and Certifications - Commercial Items are due Friday, 14 September 2007, 1600 hours local time. This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-19. This procurement is being issued as a HUDZone Set Aside; however, other small businesses are encouraged to respond in the event that no responsive HUDZone certified small business submits a reasonable quote. The NAICS Code is 212321 and the small business size standard is 500 employees. The Government anticipates award of a firm-fixed price, 5 year, IDIQ contract, resulting from this RFQ, to the Contractor whose offer is most advantageous to the Government. The National Park Service at Yosemite National Park, California, has an anticipated yearly requirement for 4000 tons of aggregate base; 4500 cubic yards of winter sand; 2500 tons of Asphalt Hot Mix PG-66-24 and 400 tons of Asphalt Cold Mix SC 3000. These are best estimates only. Actual delivered amounts may vary. Deliveries will be to the Maintenance Yards located in Yosemite Valley, Wawona, El Portal and Hodgdon Meadows. For the aggregate base, 1000 tons to be delivered to each site. For the winter sand, 1500 cubic yards each to Yosemite Valley and Hodgdon Meadows, 1000 cubic yards to Wawona and 500 cubic yards to El Portal. For the asphalt hot mix, 1000 tons to Yosemite Valley, with 500 tons each to Wawona, El Portal and Hodgdon Meadows. For the asphalt cold mix, 100 tons to each of the four sites. Contractor will submit a price per ton or per cubic yard delivered to each site. Prices must be given for the base year and for the four option years. Winter sand shall be free from deleterious coatings, clay balls, roots, bark, rags, and other extraneous material and shall be uniformly graded to meet the following requirements: Sieve size/passing, 3/8 inch - 100%, No. 4 - 95 to 100%, No. 8 - 80 to 100%, No. 10 - 50 to 85%, No. 30 - 10 to 30% and No. 200 - 2 to 10%. Hot mix will be CAL-TRANS Type B asphalt concrete mixture composed of crushed stone or gravel and asphalt cement mixed in an approved plant. Approval of the mix design by the contracting officer must be secured before commencing work. When crushed gravel is used, it shall meet the requirements of ASSHTO M 62-1974 and not less than 75% by weight of particles retained on the No. 4 sieve shall have at least one fractured face. The aggregate shall be free from vegetable matter, lumps or balls of clay, adherent films of clay, or other matter that would prevent thorough coating with bituminous matter. Aggregate of ? inch shall meet the following sieve size/passing requirement: ? inch - 100%, ? inch - 95 to100%, 3/8 inch - 80 to 95%, No. 4 - 54 to 64%, No. 8 - 40 to 50%, No. 30 - 17 to 27%, No. 200 - 3 to 10%. For ? aggregate: 1 inch - 100%, ? inch - 95 to 100%, No. 4 - 45 to 65%, No. 8 - 33 to 53%, No. 200 - 3 to 12%. Aggregate base material shall be clean, hard, durable fragments or particles of crushed-blasted granite, aggregate base stone. The coarse aggregate (material retained from sieve No.4) shall consist of material of which at least 90% by weight shall have crushed particles. Materials that break up due to freeze-thaw or wet-dry cycling shall not be used. The aggregate shall be free of organic material, vegetable matter, clay and deleterious substance, and shall be of such nature that it can be compacted readily to form a firm base. Material shall meet the following sieve size/passing: 1 inch - 100%, ? inch - 87 to 100%, ? inch - 70 to 85%, 3/8 inch 70 to 80%, No. 4 - 50 to 60%, No. 8 - 35 to 45%, No. 30 - 15 to 25%, No. 200 - 5 to 10%. Cold mix asphalt shall use crushed gravel meeting the requirements of ASSHTO M 62-1974. The aggregate shall be free from vegetable matter, lumps or balls of clay, adherent films of clay or other matter that would prevent thorough coating with bituminous matter. Mix design must be submitted to contracting officer for review and approval prior to commencing work. The ? inch cold aggregate must meet the following requirements for sieve size/passing: ? inch - 100%, ? inch - 95 to 100%, No. 4 - 50 to 70%, No. 8 - 33 to 63%, No. 200 - 3 to 10%. For ? inch aggregate, the following must be met: 1 inch - 100%, ? inch - 95 to 100%, No. 4 - 50 to 70%, No. 8 - 33 to 63%, No. 200 - 3 to 10%. Note that Wawona Road and Big Oak Flat Road have tunnel restrictions. Because of the rockslide on Highway 140, vehicles cannot exceed 28 ft in length in order to cross the temporary bridges located in the Merced River Canyon. The following are applicable provisions and contract clauses incorporated by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items amended as follows: The following factors shall be used to evaluate offers: Past performance and price. Past performance will consider the offeror's ability of satisfying past orders for the same or similar items and their past record of meeting delivery schedules. Submit one recent/relevant reference for same/similar work. Include: Company name, point of contact name and telephone number and contract price. Past performance is less important than price. The government will award a contract to the Offeror whose offer conforms to this RFQ and will be the most advantageous to the Government, price an other factors considered. If the offerors are not registered via the ORCA website at http://orca.bpn.gov, offerors shall complete and return a copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, Paragraph (b) is tailored to incorporate the following FAR Clauses: 52.203-6, 52.219-14, 52.219-28, 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, 52.232-33. Full text of the Federal Acquisition Regulations can be found at http://www.arnet.gov/far. Quotes (price and past performance references) are to be submitted on letterhead to: National Park Service, Yosemite National Park, Attn: Lloyd N. Sheetz, P.O. Box 700-W, 5083 Foresta Road, El Portal, CA 95318. Direct technical questions to: Tony Brochini at 209-379-1120. Contractor shall be registered in Central Contractor Registration (CCR) at http://www.ccr.gov in order to receive award.This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ). Quotes are being requested and a written RFQ will not be issued. The RFQ being issued is Q8822070008 and Quotes (including the completed FAR 52.212.03, Offeror Representations and Certifications - Commercial Items are due Friday, 14 September 2007, 1600 hours local time. This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-19. This procurement is being issued as a HUDZone Set Aside; however, other small businesses are encouraged to respond in the event that no responsive HUDZone certified small business submits a reasonable quote. The NAICS Code is 212321 and the small business size standard is 500 employees. The Government anticipates award of a firm-fixed price, 5 year, IDIQ contract, resulting from this RFQ, to the Contractor whose offer is most advantageous to the Government. The National Park Service at Yosemite National Park, California, has an anticipated yearly requirement for 4000 tons of aggregate base; 4500 cubic yards of winter sand; 2500 tons of Asphalt Hot Mix PG-66-24 and 400 tons of Asphalt Cold Mix SC 3000. These are best estimates only. Actual delivered amounts may vary. Deliveries will be to the Maintenance Yards located in Yosemite Valley, Wawona, El Portal and Hodgdon Meadows. For the aggregate base, 1000 tons to be delivered to each site. For the winter sand, 1500 cubic yards each to Yosemite Valley and Hodgdon Meadows, 1000 cubic yards to Wawona and 500 cubic yards to El Portal. For the asphalt hot mix, 1000 tons to Yosemite Valley, with 500 tons each to Wawona, El Portal and Hodgdon Meadows. For the asphalt cold mix, 100 tons to each of the four sites. Contractor will submit a price per ton or per cubic yard delivered to each site. Prices must be given for the base year and for the four option years. Winter sand shall be free from deleterious coatings, clay balls, roots, bark, rags, and other extraneous material and shall be uniformly graded to meet the following requirements: Sieve size/passing, 3/8 inch - 100%, No. 4 - 95 to 100%, No. 8 - 80 to 100%, No. 10 - 50 to 85%, No. 30 - 10 to 30% and No. 200 - 2 to 10%. Hot mix will be CAL-TRANS Type B asphalt concrete mixture composed of crushed stone or gravel and asphalt cement mixed in an approved plant. Approval of the mix design by the contracting officer must be secured before commencing work. When crushed gravel is used, it shall meet the requirements of ASSHTO M 62-1974 and not less than 75% by weight of particles retained on the No. 4 sieve shall have at least one fractured face. The aggregate shall be free from vegetable matter, lumps or balls of clay, adherent films of clay, or other matter that would prevent thorough coating with bituminous matter. Aggregate of ? inch shall meet the following sieve size/passing requirement: ? inch - 100%, ? inch - 95 to100%, 3/8 inch - 80 to 95%, No. 4 - 54 to 64%, No. 8 - 40 to 50%, No. 30 - 17 to 27%, No. 200 - 3 to 10%. For ? aggregate: 1 inch - 100%, ? inch - 95 to 100%, No. 4 - 45 to 65%, No. 8 - 33 to 53%, No. 200 - 3 to 12%. Aggregate base material shall be clean, hard, durable fragments or particles of crushed-blasted granite, aggregate base stone. The coarse aggregate (material retained from sieve No.4) shall consist of material of which at least 90% by weight shall have crushed particles. Materials that break up due to freeze-thaw or wet-dry cycling shall not be used. The aggregate shall be free of organic material, vegetable matter, clay and deleterious substance, and shall be of such nature that it can be compacted readily to form a firm base. Material shall meet the following sieve size/passing: 1 inch - 100%, ? inch - 87 to 100%, ? inch - 70 to 85%, 3/8 inch 70 to 80%, No. 4 - 50 to 60%, No. 8 - 35 to 45%, No. 30 - 15 to 25%, No. 200 - 5 to 10%. Cold mix asphalt shall use crushed gravel meeting the requirements of ASSHTO M 62-1974. The aggregate shall be free from vegetable matter, lumps or balls of clay, adherent films of clay or other matter that would prevent thorough coating with bituminous matter. Mix design must be submitted to contracting officer for review and approval prior to commencing work. The ? inch cold aggregate must meet the following requirements for sieve size/passing: ? inch - 100%, ? inch - 95 to 100%, No. 4 - 50 to 70%, No. 8 - 33 to 63%, No. 200 - 3 to 10%. For ? inch aggregate, the following must be met: 1 inch - 100%, ? inch - 95 to 100%, No. 4 - 50 to 70%, No. 8 - 33 to 63%, No. 200 - 3 to 10%. Note that Wawona Road and Big Oak Flat Road have tunnel restrictions. Because of the rockslide on Highway 140, vehicles cannot exceed 28 ft in length in order to cross the temporary bridges located in the Merced River Canyon. The following are applicable provisions and contract clauses incorporated by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2 Evaluation - Commercial Items amended as follows: The following factors shall be used to evaluate offers: Past performance and price. Past performance will consider the offeror's ability of satisfying past orders for the same or similar items and their past record of meeting delivery schedules. Submit one recent/relevant reference for same/similar work. Include: Company name, point of contact name and telephone number and contract price. Past performance is less important than price. The government will award a contract to the Offeror whose offer conforms to this RFQ and will be the most advantageous to the Government, price an other factors considered. If the offerors are not registered via the ORCA website at http://orca.bpn.gov, offerors shall complete and return a copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, Paragraph (b) is tailored to incorporate the following FAR Clauses: 52.203-6, 52.219-14, 52.219-28, 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, 52.232-33. Full text of the Federal Acquisition Regulations can be found at http://www.arnet.gov/far. Quotes (price and past performance references) are to be submitted on letterhead to: National Park Service, Yosemite National Park, Attn: Lloyd N. Sheetz, P.O. Box 700-W, 5083 Foresta Road, El Portal, CA 95318. Direct technical questions to: Tony Brochini at 209-379-1120. Contractor shall be registered in Central Contractor Registration (CCR) at http://www.ccr.gov in order to receive award.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2664650)
 
Place of Performance
Address: Yosemite National Park El Portal, CA 95318
Zip Code: 953180700
Country: US
 
Record
SN01391127-W 20070901/070830222701 (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 |
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.