Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2008 FBO #2467
SOLICITATION NOTICE

56 -- Embankment, Flexible Base & Other Materials for Canutillo Reach

Notice Date
8/26/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212319 — Other Crushed and Broken Stone Mining and Quarrying
 
Contracting Office
International Boundary and Water Commission, Information Management Division, Acquisition Division, 4171 North Mesa, Suite C-100, El Paso, Texas, 79902
 
ZIP Code
79902
 
Solicitation Number
83094201083-1084
 
Response Due
9/9/2008
 
Archive Date
9/24/2008
 
Point of Contact
Patricia R. Singer,, Phone: (915) 832-4709
 
E-Mail Address
pssinger@ibwc.gov
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation is being issued in a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. (iv) Solicitation is set aside for small business, all responsible small business sources may submit a quote which shall be considered by this agency. The North American Industrial Classification System (NAICS) code is 212321 for Construction Sand and Gravel Mining, with a corresponding small business size standard of 500 employees. Contractor must meet the stated size standard in order to be considered. (v) Contractor shall provide unit prices with extended totals for Contract Line Item Number (CLIN) 0001 through 0005, (note, CLIN 0003 through 0005 are option items, that may or may not be exercised during the duration of this contract) as follows: CLIN 0001: Embankment Material, Estimated quantity 775,000 tons; CLIN 0002: Flex Base Material, Estimated quantity 40,500 tons; OPTION CLIN 0003: Coarse Aggregate, Estimated quantity 10,000 tons; OPTION CLIN 0004: Concrete Sand, Estimated quantity 35,000 tons; OPTION CLIN 0005: Miscellaneous Embankment, Estimated quantity 200,000 tons. Contractor may bid on any item or group of items. (vi) SPECIFICATIONS for Material : I. PROJECT BACKGROUND: The Rio Grande levees constrain river meandering (movement of the international boundary) and provide flood protection to many Texas and New Mexico cities, including Las Cruces, Canutillo, Sunland Park, and El Paso. FEMA decertification of the United States Section of the International Boundary and Water Commission (USIBWC) levees in Doña Ana County, NM and El Paso County, TX in February 2006 has resulted in public and local government pressure to upgrade the levees to FEMA criteria. There are approximately 130 miles of levee in the Canalization project with approximately 47 miles in the Canutillo/Upper Valley area. The limits of the Canutillo/Upper Valley area as defined for purposes of levee raising by USIBWC is the area between Mesquite Road in Dona Ana and American Dam in El Paso. The entire levee reach within this area requires remedial repair work, which consists of placing 2 feet of plating along the slopes and on top of the levees to protect the levees from seepage and erosion during a 100-year storm event. Of these, approximately 36.8 miles of levees also require fill at the top of the levees because they are deficient in height and do not meet the minimum 3 foot of free board criteria. This will enable USIBWC to maximize the use of funds to fulfill some of the requirements to certify these levees. The work will include placing embankment material on the riverside toe, slopes of the levee, and on the top of the levee, as well as constructing a drainage layer comprised of filter sand and gravel on the landside toe. In addition, because the levees serve as access and maintenance roads along the floodplain and given that the embankment material required for raising the levees does not provide a durable driving surface, a proper surfacing material must placed on the levees in areas where they will be raised. Under this contract, materials will be ordered for USIBWC levee remedial repair construction for levees upstream of Country Club Bridge to levees near Anapra Bridge. This represents approximately 8.1 levee miles. The remaining levees in the Canalization Project to include levees in the Hatch/Tonuco area and the remaining reaches in the Canutillo/Upper Valley area will be addressed under subsequent contracts. The levees in the Mesilla Valley area are currently undergoing remedial repair work using USIBWC personnel. II. DESCRIPTION: The Contractor shall furnish and transport/deliver materials to USIBWC's levees in Canutillo/Upper Valley area from levees upstream of Country Club Bridge to levees near Anapra Bridge. This reach is located within Dona Ana County, New Mexico and El Paso County, Texas ( Maps showing the reach location and deficiencies are available upon written request). All material to be used on or along USIBWC levees, except for Miscellaneous Embankment, which will be used on access roads along the levees. All materials furnished shall be in accordance with the requirements in this scope of work. The material shall be furnished from no more than two material sources/borrow sites and/or quarries for each material type, throughout the duration of the contract. The Flexible base material is to be used as surfacing material on the top of the levees. Flexible base is to be spread uniform along the approximately 8.1 miles of levees in this reach. Approximate dimensions of placement of the flexible base will be 6 inches by 16 feet. III. PROJECT LOCATION: The Rio Grande Canalization Project is located along the Rio Grande in Doña Ana and El Paso Counties, from Percha Dam, NM to American Dam in El Paso, TX. For this Scope of Work, material will only be delivered on USIBWC levees on access roads adjacent to the levees in the Canutillo/Upper Valley areas, as defined in Section II, Description, within Doña Ana County, New Mexico and El Paso County, Texas ( available upon written request ). IV. MATERIALS: A. Embankment Material. Shall meet either of the following requirements: Lean clay (CL) with Plasticity Index of 15 to 30; or Sand containing more than 30 percent of clay (SC) with Plasticity Index of 15 to 30. Material shall be classified in accordance with ASTM D 2487. B. Flexible Base Material. Shall meet the specifications of the Texas Department of Transportation Type B, Grade 3 materials. Blending of 2 or more sources is allowed to achieve gradation characteristics identified for US Standard Sieve Size/Percent Retained as follows: 2 ½ inch/0 percent; 1 ¾ inch/0-10 percent; No. 4/45-75 percent; No. 40/50-85 percent; Max Liquid Limit/40 percent; Max Plasticity Index/12 percent. C. Coarse Aggregate. Shall meet the requirements of ASTM C 33 No. 67. D. Concrete Sand. Shall meet the requirements of ASTM C 33. E. Miscellaneous Embankment Material. Provide materials such as rock, loam, clay, or other materials as approved by the Government representative. V. MEASUREMENT OF MATERIALS: Materials shall be measured by the ton of 2000 pounds dry weight in vehicles. The Contractor shall provide a standard platform truck scale conforming to the requirements of, New Mexico Department of Transportation, Interim Specifications as Replacement to the 2000 Edition Standard Specifications for Highway and Bridge Construction, August 2005, for Section 109, Measurement and Payment. The dry weight will be determined by deducting the weight of the moisture in the material at the time of weighing from the gross weight of the material. The moisture in the material will be determined in accordance with ASTM D 2216 or ASTM D 4643 at least once each day. Prior to first delivery, the Contractor shall furnish the government representative, certification for the weigh masters and weigh masters' scale(s) from the New Mexico Department of Agriculture, Division of Standards and Consumers Services. When inaccuracy or inadequacy is discovered, scale use will not be resumed until corrective measure has been completed and/or the scales calibrated. The cost of the certified weigh masters, weigh masters' scales, scale tickets, scale house, and verifying the scale's accuracy will not be paid for separately but shall be included in the unit prices for the weighed material. Scales shall be furnished by the Contractor, or the Contractor may utilize commercial scales. All scales used shall be certified and shall be operated by certified weigh masters. The operator of each truck weighed shall obtain a scale ticket (certificate of correct weight) from the weigh master and deliver the ticket to the government representative at the point of delivery of material. VI. PAYMENT: Payment for furnishing, delivering, weighing, and testing materials shall be in accordance with this Scope of Work and measured as provided under Section V, Measurement of Materials, will be paid for at the unit price per ton for each material. When requesting payment, the Contractor shall provide weight tickets for each delivery load of material that has been receipted by the government representative and certified by the Contractor. VII. SAMPLING AND TESTING: A. The Contractor shall be responsible for assuring that all materials delivered to the job site meets the specified requirements in Section IV, Materials. The Contractor shall establish a sampling and testing program to include gradation, plasticity index, and moisture content testing to assure compliance of materials. Testing of all material shall be in accordance with the following ASTM laboratory test procedures: Moisture Content, ASTM D 2216, ASTM D 4643; Sieve Analysis, ASTM D 422; Atterberg Limits, ASTM D 4318. B. Frequency of Testing: For each material source, the Contractor shall: (a) test once prior to initial delivery and every week or 500 tons of dry delivered material, whichever results in a more frequent testing frequency for the duration of the project for gradation and plasticity index for embankment material. Test once prior to initial delivery and once for every 5,000 tons of material delivered for gradation and atterberg limits for flex base material (Contractor is to notify the government representative at least three (3) days prior to taking samples for gradations and atterberg limits); (b) tests for moisture content at least once each delivery day for each type of material; (c) the Contractor may test more frequently for gradation and atterberg limits to assure material is in compliance with the Scope of Work. C. Inspection: Materials the Contractor proposes to furnish shall be available for inspection by the government representative. All sources or stockpiles the Contractor uses to supply materials for the contract shall be subject to inspection and approval by the government representative for the duration of the contract. D. Government Testing: The Government will be randomly testing materials throughout the duration of the project to verify that materials being delivered to the job site by the Contractor meet the specified requirements in Section IV, Materials. Any materials found to be noncompliant shall be subject to removal by Contractor's forces and shall be subject to nonpayment. Government will review noncompliant material and final determination on action to be taken shall be made by the Contracting Officer. Removal of noncompliant material by Contractor shall be done within 24 hours of notice from Contracting Officer. VIII. SUBMITTALS: A. The Contractor shall submit, within five (5) calendar days after receipt of Notice of Award, the source(s) for material proposed for use. B The Contractor shall submit, within five (5) calendar days after receipt of Notice of Award, any available service and test records of materials from the proposed sources. The information will be used to supplement the testing required under Section VII, Sampling and Testing. C. The Contractor shall submit within twenty-four (24) hours of performance of the tests, the results of all test performed. D. The contractor shall submit three (3) copies of all submittals to the government representative at the following address: American Dam Field Office, International Boundary and Water Commission, 2616 W. Paisano Drive, El Paso, Texas 79922. E. The Government will require 5 calendar days, from date of receipt of submittals, for review and approval thereof. If the submittals required changes or revisions, such will be done at the Contractor's expense, and shall be resubmitted within five (5) calendar days after receipt of the Government's comments by the Contractor. IX. DELIVERY: Contractor shall guarantee that a maximum daily delivery rate of 1500 tons for flexible base material and 1800 tons for all other material can be met. The hours for delivery of material to the construction site may be requested any time from Monday through Friday, between 7:00 am to 5:00 pm. Method of delivery shall be in belly dump trucks for all material. Material will be dumped directly on levees as directed by government representative. The government representative will call for material as needed (within the not-to-exceed quantity placed via delivery orders by the Contracting Officer), as the amount of material will be adjusted based on demand in the field, but not to exceed daily delivery rate specified. Delivery shall be made within 24 hours after placing the call within the placed delivery order, depending on weather conditions. Contractor shall have a field representative on site during delivery of material to control rate of delivery as needed by government representative. X. access to usibwc levees: Access points to USIBWC Levees are available upon request. Haul routes using these access points shall be coordinated between government representative and Contractor prior to delivery. Trucks will be allowed to make turn around on floodplain as coordinated. Haul routes will be changed throughout the duration of the contract as deemed necessary. XI. REFERENCES: New Mexico Department of Transportation, Interim Specifications as Replacement to the 2000 Edition of the Standard Specifications for Highway and Bridge Construction August 2005, Section 109, Measurement and Payment; Texas Department of Transportation, 2004 Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, Item 247, Flexible Base; ASTM International, ASTM C 33-03, (2003 Standard Specifications for Concrete Aggregates; ASTM D 422, (2002) Standard Test Method for Particle-Size Analysis of Soils; ASTM D 2216, (2005) Standard Test Methods for Laboratory Determination of Water (Moisture) Content of Soil and Rock by Mass; ASTM D 2487, (2000) Standard Practice for Classification of Soils for Engineering Purposes (Unified Soil Classification System) ; ASTM D 4318, (2005) Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils; ASTM D 4643, (2000) Standard Test Method for Determination of Water (Moisture) Content of Soil by the Microwave Oven Heating. END OF SCOPE OF WORK. (vii) Transportation/Delivery of the material shall be F.O.B. Destination. Delivery of material may be requested any time from Monday through Friday, between 7:00 am to 5:00 pm, effective for a period of 12 months from issuance of first Delivery Order against the award contract. The Contracting Officer will issue Delivery Orders at the unit price quoted within the Requirement provision. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition (FAR provisions and clauses are available for review at http://www.arnet.gov/far). ADDENDA for 52.212-01: Elaboration of the paragraphs of the provision is as follows: (b) Submission of offers is expanded to include acceptance of facsimile proposals, reference the provision incorporated by reference, 52.215-05, Facsimile Proposals (Oct 1997); (h) Multiple awards: Award will be made in accordance with multiple award evaluation procedures at FAR part 14.201-8(c). The Contracting Officer shall assume, for the purpose of making multiple awards, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation. Individual awards shall be made for the item or combinations of items that result in the lowest unit price cost to the Government, including administrative costs. Bidders are highly encouraged to inspect the levee access points. An organized site visit is scheduled to commence at 9:00 AM MDST on Thursday, September 4, 2008. You may contact Cesar Boisselier at 915-351-1030 to coordinate site visit. This is the only site visit that will be arranged. (ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph (a) of this provision is hereby replaced with the following: Award will be made on the basis of the lowest evaluated price of quotation meeting or exceeding the acceptability standards for non-price evaluation factors. The non-price evaluation factors and their acceptability standards are: (1) Technical capability of the item offered to meet the Government requirement; and (2) Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. The USIBWC will evaluate past performance based on contacting references provided by the contractor, the Governments knowledge of offerors past performance, and or references obtained from any other source. Quoters shall provide a minimum of three past contracts/projects completed within the last three years, which is consider similar in nature (include contract amount, title, point of contact, firm name, address, telephone and e-mail address). (x) Quoters shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Paragraph (i)(1) Listed End Products of the clause has been filled-in with, None Applicable To This Acquisition. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. ADDENDA for 52.212-4: Elaboration of the paragraphs of the clause is as follows: (e) Definitions- Contracting Officer: The Contracting Officer for this contract is: Patricia S. Singer; (i) Payments: Payments will not be made without being acknowledged/confirmed by the designated government representative. (xii) The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. The following additional clauses cited in 52.212-5 are applicable to this acquisition: 52.203-6, Alt I, 52.219-4, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52,222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, and 52.232-33. (xiii) The following additional FAR clauses apply to this acquisition: 52.216-18, Ordering (Oct 1995) paragraph (a) is completed to from contract award through twelve (12) month from issuance of the first delivery order against contract ; 52.216-19, Order Limitations (Oct 1995) paragraphs are completed (a) 1,800 ton of CLIN 1, 3 through 5, and 1,500 tons of CLIN 2, (b)(1) 50 percent above the estimated quantity provided for CLIN's 0001 through 0005, (b)(2) 50 percent for all CLINs, (b)(3) 10 calendar days, and (d) 7 calendar days; 52.216-21, Requirements (Oct 1995) paragraph (f) is completed as after 24 hours following the expiration of the contract days of twelve (12) months from contract award date; and 52.232-18, Availability of Funds (Apr 1984). (xiv) This solicitation is not a Defense Priorities and Allocations System (DPAS) Rated Order. (xv) No Numbered Notes are applicable to this solicitation. (xvi) Quotes are due to the USIBWC, Acquisitions Division, 4171 N Mesa, Suite C-100, El Paso, TX 79902-1441 by 3:00 PM. MDST on September 9, 2008. (xvii) Questions about this solicitation should be directed to Contracting Officer Patricia Singer, USIBWC Acquisitions Division, 4171 North Mesa, Suite C-l00, El Paso, TX 79902-1441, telephone number (915) 832-4709, fax 915-832-4192, email: patsinger@ibwc.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2f8aee268458bfb0a6bf1efb74aad46d&tab=core&_cview=1)
 
Place of Performance
Address: Canutillo Upper Valley Are, El Paso, Texas, 79922, United States
Zip Code: 79922
 
Record
SN01651830-W 20080828/080826230153-2f8aee268458bfb0a6bf1efb74aad46d (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.