SOLICITATION NOTICE
56 -- AGGREGATE, ROSEBURG DISTRICT, OREGON
- Notice Date
- 8/12/2008
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Interior, Bureau of Land Management, Oregon Region, BLM-OR OREGON STATE OFFICE* 333 SW FIRST AVENUE-7TH FLOOR PORTLAND OR 97204
- ZIP Code
- 97204
- Solicitation Number
- HAQ083045
- Response Due
- 9/8/2008
- Archive Date
- 8/12/2009
- Point of Contact
- Jessica Clark Procurement Technician 5038086226 Jessica_Clark@or.blm.gov;<br />
- 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 HAQ083045 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-26. 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 324121; size standard of 500 employees. This will be a firm fixed-price contract for the Bureau of Land Management, 777 NW Garden Valley Blvd., Roseburg, Oregon 97470. SUPPLY AND DELIVER approximately 9,091 Tons of crushed aggregate. TECHNICAL SPECIFICATIONS: Contractor shall submit a Certificate of Conformance which is supported by test results indicating all materials fully comply with the contract requirements. This Certification shall be submitted 48 hours prior to furnishing aggregate to the Government. Surface aggregate shall meet AASHTO 147 and the following gradation according to AASHTO T27 (using T11). Specifications for 1-1/2" minus gradations value ranges percent passing (by weight). Percent passing: Sieve Designation (SD) 1-1/2 inch, Grading (G) 100%; SD 3/4 inch, G - 50%-90%; SD No. 4, G - 25-50%; SD No. 40, G - 5%-25%; SD No. 200, G - 2%-15%. Crushed rock material retained on the No. 4 sieve shall have a maximum percent ware of 30% according to AASHTO T96. Crushed rock material shall show a durability value of not less than 35 as determined by AASHTO T210. That portion of crushed rock material passing the No. 40 sieve, including blending filler, shall not have a liquid limit value that is more than 35, nor a plasticity index value not more than 8 as determined by AASHTO T89 and AASHTO T90. Crushed rock material shall have a minimum of 3 manufactured faces. If necessary to meet this requirement or to eliminate an excess of filler, the gravel shall be screened before crushing. Crushed rock material shall show a loss of not more than 20%, by weight, when immersed in DMSO, dimethyl sulfoxide, for 5 days in accordance with Federal Highway Administration Region 10 Accelerated Weathering Test. Crushed river rock is unacceptable. DELIVERY LOCATION AND ACCEPTANCE: Approximately 25-30 miles northwest of Roseburg, Oregon at the junction of the 25-7-5.1 and 24-8-35.1 roads stockpile site. A map can be viewed at http://www.blm.gov/or/procurement/files/map_HAQ083045.pdf. Contractor shall also be responsible for pushing rock up into a neat stockpile and to allow trucks to continue to dump the aggregate. Acceptance - Final inspection and acceptance of supplies will be made by the Government at the place of delivery. FAR provision 52.212-3 is available at: http://www.arnet.gov/far/current/html/52_212_213.html. Offeror Representations and Certifications-- Commercial Items; 4) Quoters shall submit signed and dated quotes on letterhead stationary. (4) Identify payment discount terms. Offers shall submit signed and dated offers, either on a SF1449 or letterhead stationary. 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, 52.2l9-8, 52.219-14, 52.222.20; 52.222.21; 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3; 52.225-13; 52.232-33. Referenced clauses and provisions are available at: http://www.arnet.gov/far. (Contractor shall register with Central Contractors Registration (CCR) available at http://www.ccr.gov). Quotes shall be sent to Bureau of Land Management, Oregon State Office (OR952), P.O. Box 2965, Portland, Oregon 97208 by COB 11:59 p.m. local time on or before September 8, 2008. FAX quotes will be accepted at 503-808-6312. For questions contact Jessica Clark at 503-808-6222.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0d60ad48619eae2462026249eebbaacf&tab=core&_cview=1)
- Place of Performance
- Address: ROSEBURG DISTRICT, OREGON<br />
- Zip Code: 97471<br />
- Zip Code: 97471<br />
- Record
- SN01637761-W 20080814/080812224127-0d60ad48619eae2462026249eebbaacf (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 |