Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
SOLICITATION NOTICE

Z -- Modification for providing crush stone mix for National Mall Walk Ways.

Notice Date
8/20/2008
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, NCR - NAMA - National Mall & Memorial Parks - Division of Administration 900 Ohio Drive, SW Washington DC 20024
 
ZIP Code
20024
 
Solicitation Number
Q340008M020
 
Response Due
9/2/2008
 
Archive Date
8/20/2009
 
Point of Contact
David L. Bagozzi Contractor/Contract Specialist 2022454677 David_L_Bagozzi@Contractor.nps.gov;<br />
 
Small Business Set-Aside
N/A
 
Description
This announcement is to modify the original Solicitation Number Q340008M020. This modification contains the technical specifications as described in paragraph three (3) of RFQ Number E340008M020/01 and will read as follows: NATIONAL MALL AND MEMORIAL PARKS CRUSHED STONE/GRAVEL MIX MATERIAL (MALL MIX) 1.PURPOSE The purpose of this contract is to provide crushed stone required to maintain established footpaths on the National Mall. 2.LOCATION All work is located within various areas of National Mall and Memorial Parks, Washington, DC. 3.SCOPE OF WORK Furnish and deliver the National Park Service with crushed stone Mall Mix to sites specified. A.The material must be of a select granular composition, consisting of crushed stone blended with suitable clay binder materials to provide a uniform mixture. B.Inspection of the proposed material will be performed by the COTR from a stockpile sample upon which a test will be conducted before it is used, to ensure reasonable uniformity and acceptability. C.The contractor shall supply the below described material, and must meet the following uniform criteria for "Mall Mix": 1.Sieve Analysis per AASHTO T-11 or ASTM C-117 : Sieve Size (SS)Percent Passing (PP)Specifications (S) 3/4 inch 100% 100% 1/2 inch 95% 92-100% 3/8 inch 78% 70-85% #4 55% 48-62% #8 42% 37-49% #16 34% 28-40% #30 27% 22-32% #50 15% 10-20% #100 09% 04-14% #200 07% 04-10% Petrographic Analysis - The term Coarse Aggregate designates aggregate retained on a #4 (4.75mm), or larger, sieve. Coarse aggregate shall be made up of Quartz/Quartzite and Quartzose. Petrograph Examination: ASTM C-295. 2.Physical Characteristics of Coarse Aggregate: Test (T) Results(R) Specifications(S) Moisture 5% to 7% L.A. Abrasion 29% Wear 45% Wear Maximum Soundness (Sodium Sulfate) 1.4% Loss 10% Loss Maximum Face Fracture 90-100% Minimum 1 Face Face Fracture 75-100% Minimum 2 Face - #200.6% 1.5% Maximum Absorption.9% 1.5% Maximum 3.Fine Aggregate: Natural silica sand passing a #4 sieve and retained on the #200 sieve, free of organic matter and light in color shown by the colormetric Test T-21, AASHTO designation, from approved source and graded as follows: 4.Clay: Material with a plasticity index greater than twelve (12) and with 100% passing the 200 sieve and consistent in color. 5.Mix: The prepared crushed gravel, sand, clay, and water must be thoroughly mixed in a mechanical mixer. It then must be stockpiled in such a manner to preserve the semi-slurry state necessary for compaction and congealment. 4.SUBMITTALS A.On letterhead of the laboratory, provide results of the following applicable test methods for every 200 tons of material delivered.1.Moisture content: 5% to 7% 2.Sieve Analysis, performed in accordance with standard methods of AASHTO, T-21, or ASTM equivalent. B.The laboratory facility shall be qualified to perform the required testing as documented through independent accreditation, State DOT Certification, or other licensing procedure. C.Sampling of aggregate shall be performed in accordance with AASHTO, or ASTM guidance and shall be performed by a responsible trained and experienced person. 5.DELIVERIES Initial amounts of crushed stone material shall be delivered for stockpiling within the park to be identified at the time the order is placed. All further orders shall be delivered to various sites adjacent to the National Mall, between 3rd and 14th Streets. Materials shall be delivered on a "will call" basis, between the hours of 7:30am and 2:00pm., Monday through Friday, with a minimum order of 20 tons. No substitution of materials and/or design shall be made without the prior written approval of the Contracting Officer. 6.TIME FOR COMPLETION All work specified shall be accomplished between September 1, 2008 and December 31, 2008. 7.LOSS OR DAMAGE Contractor shall perform work to guard against loss or damage in accordance with FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements (April 1984).8.SAFETY The work area shall be maintained in a clean and safe condition at all times. The contractor shall, with the use of barricades, ropes, signs, or audible signals, take all necessary precautions for the protection of the work and safety of the public. Any accident or incident, in regards to the work under this contract, shall be reported immediately, in writing, to the Contracting Officer in accordance with FAR 52.236-13 Accident Prevention (NOV 1991). 9.INVOICE REQUIRMENTS Invoices shall be submitted in original form to the designated Contracting Officer's Representative: National Park Service, National Mall and Memorial Park, Office of Facilities Management, 900 Ohio Drive SW, Washington, D.C. 20024. To constitute a proper invoice, the invoice shall include the following information: A.Name and address of the contractor; B.Taxpayer Identification Number; C.Invoice date; and period of performance for which the invoice covers D.Contract Number or other authorization for supplies delivered or services performed (including order number and contract line item number); E.Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed; F.Shipping and payment terms (e.g., shipment number and date of shipment, prompt payment discount terms). Bill of lading number and weight of shipment will be shown for shipments on Government Bills of Lading; Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment); G.Name and address of contractor official to whom payment is to be sent (must be the same as that in the contract or in a proper notice of assignment); H.Name (where practicable), title, phone number, and mailing address of person to be notified in event of a defective invoice; and I.Any other information or documentation required by other requirements of the contract (such as evidence of shipment). 10.PAYMENT DUE DATE Payments under this contract will be made by Electronic Transfer on the 30th calendar day after the latter of: A.The date of actual receipt of a proper invoice in the office designated to receive the invoice. (NOTE: THE GOVERNMENT WILL NOT TAKE RESPONSIBILITY FOR INVOICES MAILED OR HAND-CARRIED TO ANY OTHER ADDRESS), or, B.The date the supplies or services are accepted by the government. The National Park Service has entered into an agreement with the Treasury to make electronically paid remittance information available via the Internet to vendors through a system called Payment Advice Internet Delivery (PAID). PAID is available at NO cost. You can register on-line at http://fms.treas.gov/paid. Three payment delivery options are available: (1) web access only; (2) web access and e-mail notification when you receive a payment; (3) web access and e-mail delivery of remittance information. Once registered, vendors can access their remittance information by keying in a unique User ID and Password and querying the database. Banking information is not a part of PAID. Data should be available within 24 hours of the date of payment. It is retained for two months from the date of payment.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e524279dd50f995aa22ac625ae098e34&tab=core&_cview=1)
 
Place of Performance
Address: National Park Service, National Mall and Memorial Parks<br />
Zip Code: 200242000<br />
 
Record
SN01646522-W 20080822/080820223039-e524279dd50f995aa22ac625ae098e34 (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.