SOLICITATION NOTICE
56 -- Chip Sealing Oil
- Notice Date
- 6/4/2008
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
- ZIP Code
- 82190
- Solicitation Number
- Q1574085040
- Response Due
- 6/19/2008
- Archive Date
- 6/4/2009
- Point of Contact
- John G. Chaney Contract Specialist 3073442075 John_chaney@nps.gov;
- Small Business Set-Aside
- Total Small Business
- Description
- Chip Sealing Oil (Pass Oil)Yellowstone National Park6/4/08 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Quote #Q1574085040. 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 and supplemented with additional information. The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter providing the best value to the Government. NAICS code: 324199; Small business size standard: 500 employees. The proposed contract is 100% set-aside for small business concerns. All responsible small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The anticipated award date is on or about Wednesday, June 25, 2008. Address questions regarding this solicitation to John Chaney at john_chaney@nps.gov or 307-344-2075. 2) STATEMENT OF WORK: Line Item #1: The contractor shall supply, transport, and deliver 25,000 gallons of PASS chip sealing oil to the Tower Junction area of Yellowstone National Park. Line Item #2: The contractor shall supply, transport, and deliver 49,000 gallons of PASS chip sealing oil to the Grant area of Yellowstone National Park. Chip Sealing Oil description:Polymerized Asphalt Surface Sealer:Test on Emulsions: Viscosity @ 77F S.F.SASTM D-244: 30-90 sec. Residue w%: ASTM D-244: 65% min. pH: ASTM E-70: 2.0-5.0. Sieve w%: ASTM D-244: 0.1% max. Oil Distillate by %Emulsions: ASTM D-244: 0.5% max. Test on Residue:Viscosity @ 140F St.: ASTM D-2170: 300-1200. Viscosity @ 275F, Cst: ASTM D-2170: 300 min. Modified torsional recovery : CA 332 (Mod): 40% min. Toughness @ 77F, N-m: ASTM P-243: 0.7 min. Tenacity @ 77F, N-m: ASTM P-243: 0.5 min. Asphaltenes w%: ASTM D-2006: 16.0% min. Saturates: ASTM D-2006: 20.0% max. California test method #331 for recovery of residue.Torsional recovery measurement to include first 30 second. Period of Performance: The contractor shall be capable of commencing deliveries within 7 days of date of award and completing all deliveries by August 28, 2008. The contractor shall coordinate the exact dates and times of delivery with the NPS, at least one week in advance. Delivery: The contractor shall adhere to all roadway use regulations. The contractor shall deliver oil to the approximate locations noted in the line items above. The contractor shall coordinate the exact dates and times of delivery with the NPS in advance. During the period of performance, the NPS shall contact the contractor to place orders for specific amounts of oil. The contractor shall be capable of delivering between 12,000 and 21,600 gallons of oil per day. The contractor shall insure total for all amounts ordered and delivered does not exceed the amount noted in the contract line items. The contractor's schedule shall allow the NPS a 3 hour time span from the time the contractor's delivery trucks arrive at the project site to the time the NPS is actually able to accept delivery and release the trucks. Submittals: At the time of delivery and with each invoice the contractor shall provide trucking manifests which shall serve as contractor certification as to the number of gallons delivered. 3)CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/index.html. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the 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. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of quoter's past performance, and / or references obtained from any other source. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: the apparent successful Quoter shall complete and submit the provision to the Contracting Officer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 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, and 52.232-29. Clause 52.211-16, Variation in Quantity, applies to this acquisition: A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. The permissible variation shall be limited to 10 Percent increase or 10 Percent decrease. This increase or decrease shall apply to the quantity to be delivered for line item #1 and #2. 4) PROPOSAL: Solicitation: Q1574085040, Chip Sealing Oil for Yellowstone National Park Due: 2:00 pm Mountain Time, Thursday, June 19, 2008 Submit to: E-mail: john_chaney@nps.gov or Fax: 307-344-2079. DATE: ___________________________________________________________________________________________; CONTRACTOR: ____________________________________________________________________________________; ADDRESS: ________________________________________________________________________________________; DUNS Number: ___________________________________________________________________________________; Contact Name: _____________________________________________________________________________________; Phone: ____________________________________________________________________________________; Fax: _______________________________________________________________________________________; E-mail: ____________________________________________________________________________________; Line Item #: 1, Description: Chip Sealing Oil to Tower, Quantity: 25,000 gallons, Price: $_________________; Line Item #: 2, Description: Chip Sealing Oil to Grant, Quantity: 49,000 gallons, Price: $_________________;
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=385a41243c1d0594744373c1132bad03&tab=core&_cview=1)
- Place of Performance
- Address: Yellowstone National Park
- Zip Code: 82190
- Zip Code: 82190
- Record
- SN01587007-W 20080606/080604220617-385a41243c1d0594744373c1132bad03 (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 |