Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOLICITATION NOTICE

56 -- 3/8" washed rock chips

Notice Date
7/9/2008
 
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
Q1574085044
 
Response Due
7/23/2008
 
Archive Date
7/9/2009
 
Point of Contact
John G. Chaney Contract Specialist 3073442075 John_chaney@nps.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
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 #Q1574085044. 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: 212321; 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, July 30, 2008. Address questions regarding this solicitation to John Chaney at john_chaney@nps.gov or 307-344-2075. 2) STATEMENT OF WORK: BASE LINE ITEM #1: The contractor shall supply, transport, and deliver 2000 tons of 3/8" washed chips to the Norris pit located in Yellowstone National Park. OPTION LINE ITEM #2: The contractor shall supply, transport, and deliver 500 tons of 3/8" washed chips to the Norris pit located in Yellowstone National Park. OPTION LINE ITEM #3: The contractor shall supply, transport, and deliver 500 tons of 3/8" washed chips to the Norris pit located in Yellowstone National Park. PERIOD OF PERFORMANCE: The contractor shall be capable of commencing deliveries within 7 days of date of award and completing all deliveries by September 30, 2008. The contractor shall coordinate the exact dates and times of delivery with the NPS, at least one week in advance. QUANTITIES: The contractor shall insure total for all amounts ordered and delivered does not exceed the amount noted in the contract line items. SPECIFICATIONS: Cover material shall meet the requirements of the following table of gradations as determined by Montana Specification MT-70 1, Table 701-12. AGGREGATE GRADTION TABLE (Sieve Size and Percent Passing by Weight): 3/8" / 100%; No. 4 / 9 - 50%; No. 8 / 2 - 20%; No. 200 / 2% or less. 1. The material shall be non-plastic as determined by Montana Specification MT-701.2. The composite aggregate shall be washed free from adherent films of clay, vegetable matter, frozen lumps, or other extraneous matter that will prevent thorough coating with bituminous material. The aggregate shall be of such nature that the coating of bituminous material must remain adhered to the material upon contact with water. No combination of shale, clay, coal, or soft particles shall exceed 1.5%.3. The material shall have a wear not to exceed 30% at 500 revolutions, as determined by Montana Specification MT-701.4. A minimum of 50% by weight of the course aggregate for grade 5A must have at least one (1) machine fractured face. Coarse aggregate is defined as that portion of the aggregate retained in the No. 4 sieve.5. The aggregate shall have a cleanness value of not less than 75 when tested in accordance with Montana Specification MT-70 1.0 1. 1.6. Unless otherwise specified, the composite aggregate shall have a swell of not more than 8% in 8 days and shall show no cracking or disintegration when tested for volume swell and water absorption in accordance with Montana Specification MT-307.7. Successful contractor shall supply results of test documents to NPS prior to commencement of delivery. Copies of the referenced Montana Specifications may be obtained from the Montana Department of Highways, Highway Building, Helena, MT 59620. MEASUREMENT AND PAYMENT: The contractor shall furnish weigh tickets from state certified scales for each delivery made. Payment will be made on actual quantities received. TESTING: The contractor shall have test samples submitted to the government for suitability evaluation at least two (2) weeks prior to the actual delivery or acceptance of the cover aggregate. VEGETATION MANAGEMENT: The control of noxious weeds shall be achieved through a weed management plan: Quoters must have a current weed management plan that has been approved by the local county weed board and Yellowstone National Park. All plans require one annual inspection by park staff during the growing season (June - August) prior to sale of material. Quoters must provide proof of the most recent weed inspection by Yellowstone National Park staff. The weed inspection will designate a pit in one of three rating categories: acceptable, conditionally acceptable, or unacceptable. Sand and gravel from a pit designated as unacceptable can be used if the material is heat treated to 300 degrees Fahrenheit and promptly transported from the quarry to the park or a pre-approved weed free storage area to prevent possible weed contamination. A list of weeds of concern can be obtained from Yellowstone National Park.The control of noxious weeds shall be achieved by one of the following methods: HAULING: All vehicles and equipment to be used in Yellowstone National Park shall be thoroughly pressure washed prior to arrival. Equipment shall be inspected at the appropriate park entrance station by a designated park employee and only clean equipment shall be permitted into the park. Particular attention must be shown to the under carriage and any surface where soil containing exotic weed seeds may exist. All loaded trucks and trailers shall be covered (tarped) when loaded. These efforts are critical to prevent the introduction and establishment of non-native plant species into the park. Equipment inspection will be scheduled by the maintenance office and take place at the park entrance stations. Inspection records shall be maintained by the park service. Equipment found operating in the park that has not been inspected shall be deadlined and subject to a citation. 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: 1. 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. 2. Weed Management Quoters must have a current weed management plan that has been approved by the local county weed board and Yellowstone National Park. All plans require one annual inspection by park staff during the growing season (June - August) prior to sale of material. Standard of Acceptability: Quoters must provide proof of the most recent weed inspection by Yellowstone National Park staff. 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 quantities to be delivered for each of the line items. 4) PROPOSAL: Solicitation: Q1574085044, Chips for Yellowstone National Park Due: 2:00 pm Mountain Time, Thursday, July 23, 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: ______________________________________________ __________________________________________; Base Line Item #: 1, Description: 3/8" chips, Quantity: 2,000 tons, Price: $ ; Option Line Item #: 2, Description: 3/8" chips, Quantity: 500 tons, Price: $ ; Option Line Item #: 3, Description: 3/8" chips, Quantity: 500 tons, Price: $ ; Quoters must provide proof of the most recent weed inspection by Yellowstone National Park staff.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f5cd7080d3c8d3e4d650e789dd029d7e&tab=core&_cview=1)
 
Place of Performance
Address: Yellowstone National Park
Zip Code: 82190
 
Record
SN01610398-W 20080711/080709222838-f5cd7080d3c8d3e4d650e789dd029d7e (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.