MODIFICATION
P -- Purchase and Application of Dust Control agents to Asphalt and Gravel Roads on Fort Campbell
- Notice Date
- 6/4/2009
- Notice Type
- Modification/Amendment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, Army Contracting Agency, South Region, ACA, Fort Campbell, ACA, Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W9124809R0008
- Response Due
- 6/12/2009
- Archive Date
- 8/11/2009
- Point of Contact
- SaLonda M. Ozier, 270-798-7810<br />
- E-Mail Address
-
ACA, Fort Campbell
(salonda.m.ozier@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W9124809R0008. 8.1 Remove: Contract Clause entitled INPSECTION OF CONSTRUCTION ADD: IAW 52.212-4 (a) Inspection/Acceptance. Add Questions and Answers: 1. Width of road to be applied to? ANSWER: Approximately 24 feet. All road surfaces are gravel. 2. What is cutoff time between request? PWS says everyday but is that 24 hours or 12 hours? ANSWER: DO will be approximately 3 months apart. 3. In 3.2.1.1.1 What does performance Period mean? Is it the time to apply the solution to the ground or the time the solution is to be effective when applied? Answer: Preformance Period (3.2.1.1.1) is the time the contractor has to apply the solution to the ground (Period of Performance - POP) 4. 2.1.1 and 2.1.2 did not make it on the solicitation See amendment 1. 5. Contract Manpower reporting, how does it apply to the contract? ANSWER: Yes, see Manpower reporting narrative below. 6. Past performance? ANSWER: Contractors can submit references back 5 years for like or similar work. 7. When do they start? ANSWER: NET 5 days NLT 15 days ARO 8. Will offers be considered for terms less than 4 option periods? ANSWER: No. 9. On the offer schedule- I am unsure of the Contractor Manpower Reporting CLIN. Can you please explain? ANSWER: See Manpower Reporting narrative below. 10. My assumption is that you want an estimate of labor dollars to perform the applications however the preceding CLIN asks for Purchase & Application. ANSWER: See Manpower Reporting narrative below. 11. We are the manufacturer of the line of environmentally safe dust control products which is non-toxic and free of carcinogens. Why are no specifications required for toxicity in this solicitation? Would a product used on the roads at Ft. Campbell need approval from the Environment office? ANSWER: See 3.1 of the Statement of Work. 12. Could we have a guided site visit? When would be a good time/date for this? ANSWER: A site visit has already been performed. If contractor requests, a site map of the prescribed areas will be provided and contractor may visit the site on their own. 13. To provide a thorough quote we would prefer to have the dimensions of the sites to be treated. The solicitation gives only a total number of gallons (571,000 gal); since our product has different application rates than other products we cannot relate to this number without knowing the size of the site(s). This can be expressed in acres, square feet, mile of road (_ feet wide)& ANSWER: This will be a requirements contract. Delievery orders will be issued on an as needed basis. The quantities are listed with a total. Government cannot provide a detailed estimate for the areas to be applied until a DO is written. The government may use all of the quantity on teh bis schedule(571,000 gallons) or we may use partial, depending on need. We are purchasing up to 571,000 gallons of solution applied at the rate and density of the spec sheet. 14. Application rates/methods and traffic patterns can affect the overall efficacy of any treatment regardless of the product used. What is the proposed application rate/method, and what is the expectation of performance (i.e. 30-days, 6-months, etc&)? How often does the customer expect the site to be re-treated? ANSWER: The government understands that the requirement will vary as to traffic and treatment requirements for long term efficacy. The government will order retreats as required. 15. Under 3.2.1.1.1 there is a conversion chart. What is the reasoning behind this conversion chart? Can you please explain the gallon amounts and performance times to me in greater depth? ANSWER: QuantityRangePerformance Period 31,500 gallons minimum31,500 to 199,999 gallons49 days (7 weeks) 571,000 gallons maximum200,000 to 399,999 gallons70 days (10 Weeks) 400,000 to 571,000 gallons 91 days (13 weeks) This is setting Performance Period for the issuance of the delievery orders. This means that if we order 31,500 gallons to 199,999 gallons of product, the contractor has 49 days to apply the product, etc. 16. There are a variety of methods for determining the success/failure of a dust control product. What is the metric for success at Fort Campbell? See the QUSP narrative below. 17. All colors, odors, and specific specifications such as the specific gravity details are different with every product. Why is the specific gravity such a large concern? Does this have to match exactly? If so, why? ANSWER: We want a polymer asphalt blend with attached minimum specifications. The contractor has to apply a product meeting those requirements. 18. What is the size of the staging area to be provided? Is the railway the preferred method of shipping, or is Ft Campbell able to accommodate trucks as well? ANSWER: An area approximately 1 acre is provide to the contractor during application. It is located on Patton Road just south of Lafayette, KY. 19. One of the largest benefits to the TerraLOC solution is that it is water soluble. It states this product can not be re-wet. Could you please give me your reasoning behind this? ANSWER: Fort Campbell desires a product that solidifies. TerraLoc product does not meet the requirement per this comment. 20. Would the government consider adding a Price Escalation Clause: The pricing in this Sales and Service Agreement/Proposal is offered with an economic price adjustment clause. This clause provides for upward or downward changes to the selling/quoted price based on the movement in the actual raw material costs of Road Pro NT. This clause is also tied to the published selling price for primary paving grade asphalt, which is identified as the benchmark, and is published in the Asphalt Weekly Monitor, copyright Poten & Partners, Inc. Midwest Industrial Supply, Inc. will monitor the actual raw material costs of Road Pro NT, and the primary paving grade asphalt benchmark monthly and adjust selling/quoted price herein based upon an increase/decrease in the raw material costs or benchmark which will be monitored and adjusted monthly. (Yearly in the case of Fort Campbell) Midwest will also provide a minimum of two weeks advance notice of any changes in the pricing in writing and cite the raw material or benchmark change effecting the increase or decrease. ANSWER: The government will not consider adding this clause to the contract. Add Anti Terrorism Clause: 5152.209-4000DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, DoD Antiterrorism (AT) Standards, dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officers Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Add Manpoweer and reporting: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: 1)Contracting Office, Contracting Officer, Contracting Officers Technical Representative; 2)Contract number, including task and delivery order number; 3)Beginning and ending dates covered by reporting period; 4)Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; 5)Estimated direct labor hours (including subcontractors); 6)Estimated direct labor dollars paid this reporting period (including subcontractors); 7)Total payments (including subcontractors); 8)Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); 9)Estimated data collection cost; 10)Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); 11)Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website; 12) Presence of deployment or contingency contract language; and 13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. ADD: Quality Assurance Plan QUALITY ASSURANCE SURVEILLANCE PLAN For Dust Control on Rear Area Roads Contract Number: Contract Description: Application of Polymer Asphalt Emulsion over rear area roads to control dust and airborne particulates from traffic. Contractors name: TBD (hereafter referred to as the contractor). 1. PURPOSE. This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: "What will be monitored. "How monitoring will take place. "Who will conduct the monitoring. "How monitoring efforts and results will be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Governments responsibility to be objective, fair, and consistent in evaluating performance. In addition, the QASP should recognize that unforeseen and uncontrollable situations may occur. This QASP is a living document and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor. Updates shall ensure that the QASP remains a valid, useful, and enforceable document. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. The following FAR clauses may apply depending on contract type: 52.246-4 Inspection of Services Fixed-Price, 2. GOVERNMENT ROLES AND RESPONSIBILITIES. The following personnel shall oversee and coordinate surveillance activities. a. Contracting Officer (KO) - The KO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The KO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The KO is ultimately responsible for the final determination of the adequacy of the contractors performance. Assigned KO: Jeanne Shykes Organization or Agency: Directorate of Contracting Telephone: 270-798-7568 Email: Jeanne.shykes@us.army.mil b. Acquisition Manager (AM) - The AM acts as an acquisition consultant and serves as liaison between the TRICARE Procurement Support Office (TPS) and the requesting program office, as well as liaison between the TRICARE Management Activity (TMA) and the supporting contracting office. Assigned AM: Rosa Elmore Telephone: 270-798-9298 Email: rosa.elmore@us.army.mil c. Contracting Officers Representative (COR) - The COR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractors performance. The COR shall keep a quality assurance file. At the conclusion of the contract or when requested by the KO, the COR shall provide documentation to the KO. The COR is not empowered to make any contractual commitments or to authorize any contractual changes on the Governments behalf. The contractor shall refer any changes they deem may affect contract price, terms, or conditions to the KO for action. Assigned COR: Mike Conaster Telephone: 270-798-1280 Email: mike.conaster@us.army.mil 3. CONTRACTOR REPRESENTATIVES: The following employees of the contractor serve as the contractors Program Manager and Task Manager for this contract a. Program Manager - upon award, enter name Telephone: enter number Email: enter address b. Task Manager - upon award, enter name Telephone: enter number Email: enter address c. Other Contractor Personnel - upon award, enter name or delete these lines if not applicable Title: enter title Telephone: enter number Email: enter address
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK09/W9124809R0008/listing.html)
- Place of Performance
- Address: ACA, Fort Campbell Directorate of Contracting, Building 2174, 13.5 & Indiana Street Fort Campbell KY<br />
- Zip Code: 42223-1100<br />
- Zip Code: 42223-1100<br />
- Record
- SN01836246-W 20090606/090604235638-3e698407273598ed2d0ed6bbb2360f87 (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 |