SOLICITATION NOTICE
56 -- Supply 1/2" minus UDOT Type C stone chips meeting the Utah Department of Transportation Standard Specifications for Road and Bridge Construction, Section 02785, article 2.6.
- Notice Date
- 6/12/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, IMR - CARE - Capitol Reef National Park HC 70 BOX 15 TORREY UT 84775
- ZIP Code
- 84775
- Solicitation Number
- Q1330090032
- Response Due
- 6/22/2009
- Archive Date
- 6/12/2010
- Point of Contact
- Randal W Sadler Purchasing Agent 4354253791125 randy_sadler@nps.gov;<br />
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- BRCA-UDOT Type C Chips 1/2" minusNational Park ServiceCapitol Reef National ParkHC 70 Box 1552 Scenic DriveTorrey, UT 8477506/11/2009 (1) GENERAL INFORMATIONThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. ****This announcement constitutes the only solicitation; quotations are hereby being requested and a separate written solicitation will not be issued.**** (2) AWARD INFORMATIONThe National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter whose quotation provides the best value to the Government. This request is for inch minus UDOT Type C Stone Chips. The government intends to award a single contract based on the vendor's quoted prices that is determined to be in the best interest of the government. The award is anticipated to be made on the lowest total price. Upon determination of award, vendor shall submit one 5-gallon bucket filled with a representative sample to Bryce Canyon National Park for testing and color approval. The sample will be tested and must meet specifications per Section 1.5 and Part 2 of the Material Specifications attached to this document. During performance of the contract, all delivered chips must meet these same requirements. The U.S. Government will reserve the right to conduct random sampling. If the original awarded vendor's product cannot meet or cannot be corrected to meet the specifications as indicated, the award will be granted to the next lowest quoter which can meet the specifications. (3) TOTAL SMALL BUSINESS SET-ASIDEAll responsible Small businesses may submit a quotation which shall be considered by the National Park Service (NPS). (4) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. (5) Solicitation #: Q1330090032. This solicitation is issued as a Request for Quote. (6) NAICS code: 212321; Small business size standard 500 employees. (7) CONTRACT LINE ITEMSContract line item 0001: " minus stone chips; Sieve size " Type C (100% passing) Vendor shall quote price per ton. The number of tons required is 3,250 tons delivered via vendor employees and equipment, to Bryce Canyon National Park to storage locations along the first ten miles of the main park road. The number of tons required is 3,250 tons. (8) Provisions and clauses noted below may be accessed at http://www.arnet.gov/far. (9) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; quotes shall contain the following: a) contractor provided information that responds to the non-price evaluation factors noted in paragraph 10 below; b) price proposal for contract lines noted in paragraph 7 above; c) completion of provision 52.212-3 as noted by paragraph 12 below; d) acknowledgement of any solicitation amendments; e) submit certified current test data for soundness and gradation per section 1.5 of Material Specifications attached. (10) 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 quotations meeting or exceeding the acceptability standards for non-price evaluation factors. The non-price evaluation factors and their acceptability standards are: a) Technical Capability of the item offered to meet specifications per Material Specifications document attached. b) Past Performance. Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of quoters past performance, and / or references obtained from any other source. Quoters shall provide a list of five past contracts / projects, with a contact name and phone number, for contracts completed within the last three years, which could be considered similar in nature. (11) The 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, 52.232-29. (12) ORCA REGISTRATIONQuoters shall be registered via "ORCA" at https://orca.bpn.gov/login.aspx or complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. CCR REGISTRATIONAll vendors wishing to be considered for this solicitation must be registered in the Central Contractor Registration (CCR) database prior to the expected date of award (06/24/2009). Registration in the CCR database may be completed via www.ccr.gov, and takes approximately seven (7) days for completion. (13) CONTRACT DESCRIPTIONThe work consists of providing inch minus UDOT Type C stone chips for Bryce Canyon National Park per attached Material Specifications. (14) DELIVERY SCHEDULE and CONTRACT PERIODThe awarded vendor will be expected to provide and deliver the requested product within 30 days of contract award, unless otherwise arranged with the Contracting Officer. (15) LOCATIONThe Contracting Officer or a Contracting Officer's Representative shall coordinate with the vendor for a date and time delivery. The contracted vendor shall be responsible for the unloading of or dumping of the gravel at several storage locations along the first ten miles of the main park road. (16) PARK REQUIREMENTS- Vendor vehicles used to transport the road base material shall be free of noxious weed seed by frequent and thorough washing. Washing of vehicles shall be conducted away from the delivery location. - The contractor shall determine and adhere to road way use regulations for all roads between the point of origin and the delivery site. - No ATV use is allowed in the Park. (17) SUBMITTALSThe contractor shall provide the following for review and approval:- Two copies of certified weigh tickets for each load of aggregate delivered to the project site. - Samples: The contracted vendor shall provide one 5-gallon bucket filled with a representative sample for testing and color approval. (18) MEASUREMENT AND PAYMENTThe measurement for payment shall be for the actual amount of tons received, as indicated by weight and delivery tickets. Payment will be made at the contract unit price. Payment shall be made via Electronic Funds Transfer to the vendor's bank of record, as indicated in the vendor's Central Contractor Registration. Payment may be made via Government credit card if pre-arranged with the Contracting Officer. A single payment, upon contract completion, is anticipated for this contract. Any partial payments must be pre-approved by the Contracting Officer. (19) QUOTE SUBMISSIONQuoters shall e-mail their quotations to randy_sadler@nps.gov or deliver to Randy Sadler, Capitol Reef National Park, 52 Scenic Drive, HC 70 Box 15, Torrey, Utah 84775. All quote packages shall be marked "BRCA UDOT Type C Chips." Quotes shall be submitted to insure receipt by 4:00 pm local time, Torrey, Utah, Monday, June 22, 2009The anticipated award date is on or about Wednesday, June 24, 2009. Quote packages, whether e-mailed or delivered, must include the following:-Quoted price for contract line item in section 7 above,-ORCA information, or a statement indicating ORCA registration via ORCA web site,-Five (5) past performance contacts with contact person's name and phone number, (20) EVALUATION FACTORS FOR AWARD DECISIONThe award of the contract will be determined upon the following factors:-Price-Past performance (21) For information regarding this solicitation contact: Randy Sadler at randy_sadler@nps.gov or 435-425-3791 ext. 125. MATERIAL SPECIFICATIONSBRYCE CANYON NATIONAL PARKASPHALT AND AGGREGATE FOR CHIP SEAL PART 1GENERAL1.1DESCRIPTIONA.The work consists of providing a inch minus UDOT Type C stone chips for Bryce Canyon National Park1.2LOCATIONA.The project is located in Bryce Canyon National Park along the main park road. The work consists of delivering material to the park with storage at several locations along the first ten miles of the main park road.1.3CONTRACTOR'S USE OF PREMISESA.Construction Camp: Establishment of a camp within the park will not be permitted.B.Contractor shall at all times conduct his operations to ensure the least inconvenience to the public and park employees and their families. C.Preservation of Natural Features: Confine all operations to work limits of the project. Prevent damage to natural surroundings. Restore damaged areas at no additional expense to the Government.D.Hauling Restrictions: Comply with all legal load restrictions in the hauling of materials. Load restrictions on park roads are identical to the state load restrictions with such additional regulations as may be imposed by the Park Superintendent. Information regarding rules and regulations for vehicular traffic on park roads may be obtained from the Office of the Park Superintendent. A special permit will not relieve Contractor of liability for damage which may result from moving of equipment.1.4SPECIAL CONSTRUCTION REQUIREMENTSA.Holiday Work Restrictions: No on-site work shall be performed on federal holidays unless otherwise directed by the Contracting Officer.1.5CERTIFICATIONS AND SAMPLESA.Certifications:1.Cover Aggregate: Submit certified current test data for soundness and gradation.B.Samples:1.Cover Aggregate: Submit 5-gallon bucket filled with a representative sample for testing and color approvalC.Additional submittal requirements are listed in this section. PART 2PRODUCTS2.1COVER COAT AGGREGATEA.Aggregates for Cover Coat material shall be crushed stone, crushed slag, crushed gravel, or natural gravel. Aggregates shall be composed of washed, clean, tough, durable fragments free from an excess of flat, elongated, soft, or disintegrated pieces and free from fragments coated with dirt or other objectionable matter. Slag shall be air-cooled blast-furnace slag reasonably uniform in density. B.Aggregate for Cover Coat shall be Type C, meeting the Utah Department of Transportation Standard Specifications for Road and Bridge Construction, Section 02785, article 2.6 and shall conform to the following requirements:1.Percentage of wear, Los Angeles Test (AASHTO T96), not more than 30%.2.When blast-furnace slag is used, weight per cubic foot shall be at least 70 pounds. 3.90 percent by weight of the particles retained on the No. 4 sieve shall have at least two fractured faces when tested in accordance with AASHTO D5821. 4.Lightweight aggregate used for cover coat material shall be an aggregate prepared by expanding shale, clay, or slate in a rotary fired kiln. Lightweight aggregate shall have a dry loose unit weight of 35 to 55 pounds/cubic foot determined in accordance with AASHTO T19, Shoveling Procedure. The total mass of the test sample of lightweight aggregate used in AASHTO T96 (Los Angeles Abrasion) shall be 2000 g5.Unit weight of aggregate shall not be more than 100 lb/cubic foot, per AASHTO T19.6.Soundness shall be 10% max, per AASHTO T104.7.Flats & Elongates, 1:3 ratio, 5% max, per AASHTO 4791.8.Stripping: 10% max, per Materials MOI 8-945.9.Polishing: 31 min, per AASHTO T 278, T279. C.Cover Coat Aggregate shall meet the following: (UDOT 1/2" minus Type C)Sieve Size-----Type C % by Weight Passing Square Mesh Sieves1/2"-----1003/8"-----70 - 90No. 4----0 - 5No. 8-----0 - 3No. 200-----0 - 1D.Certification Submittal1.Submit for each source and type of cover aggregate results of tests for gradation, soundness, stripping, fracture and quality. The supplier shall issue a certificate of compliance and test results stating that the material meets the contract requirements.E.Weigh Tickets Submittal1.Submit two copies of certified weigh tickets accompanying each load of aggregate delivered to the project site. BID SCHEDULE PARK: Bryce Canyon National ParkTITLE: Chip Seal Main Park Roads Bids will be considered for award on the following schedule, but no bid will be considered for award on only a part of a schedule. Submit bid for all items in order for bid to be considered responsive. In the case of error in the extension of prices, unit price governs. In the case of error in summation, the total of the corrected bid amount governs. BID SCHEDULE 1.Chips (Cover Aggregate, UDOT Type C): 3,250 Ton @ $ _________ = $ __________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1330090032/listing.html)
- Place of Performance
- Address: Bryce Canyon National ParkHighway 63Bryce, UT 84764<br />
- Zip Code: 85764<br />
- Zip Code: 85764<br />
- Record
- SN01843727-W 20090614/090612235746-4f8e157236c1f5c28d0cfaaec19e4c69 (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 |