Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2009 FBO #2815
SOLICITATION NOTICE

56 -- RECOVERY--56--- BURNS STEENS MT ROCK CRUSHING

Notice Date
8/7/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324121 — Asphalt Paving Mixture and Block Manufacturing
 
Contracting Office
Department of the Interior, Bureau of Land Management, Oregon Region, L OR-STATE OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
 
ZIP Code
00000
 
Solicitation Number
L09PS01176
 
Response Due
8/31/2009
 
Archive Date
9/30/2009
 
Point of Contact
For General Info: Courtney Casavan, 503-808-6210, courtney_casavan@blm.gov<br />
 
E-Mail Address
Email: Courtney Casavan
(courtney_casavan@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY - This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with the format in the 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 Number L09PS01176 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-33. NAICS code 324121; size standard of 500 employees. DESCRIPTION OF WORK - This will be a firm-fixed price contract for the supply of Aggregate for the Bureau of Land Management Burns District Office, 28910 Hwy. 20 West, Hines, Oregon 97738. This contract requires the supply and delivery of the following items: Supply and Deliver an estimated 179,000 cubic yards of 1 minus and 74,700 cubic yards of 3 minus crushed aggregate. Technical Specifications: Specifications for 1 inch minus (USFS) gradations value ranges percent passing (by weight). Percent passing: Sieve Designation (SD) 1 inch Grading G 100%; SD inch, 97%-100%; SD 3/8 inch, 70% - 80% plus or minus 6%; SD No. 4, 50%-60% plus or minus 7%; SD No.16, 30%-34% plus or minus 6%; SD No. 40, 18%-22% plus or minus 5%; SD No. 200, 10%-12% plus or minus 2%. The material shall be free from organic matter and lumps or clay balls. The material shall have minimum 75 percent fractured particles as in accordance with ASTM D 5821. The percent of material passing the #200 sieve shall have a plastic index (PI) less than 9 as in accordance with AASHTO T 90. The maximum liquid limit shall be 35 as in accordance with AASHTO T 89. As in accordance with ASTM D 4791, the material shall have a percentage of flat and elongated particles less than 10 using a dimensional ratio of 1:3. Specifications for 3 inch minus (ODOT) gradation value ranges percent passing (by weight). Percent passing: Sieve Designation (SD) 3-inch, 100%; SD 2 1/2 inch, 95%-100%; SD 1 1/4 inch, 55%-75%; SD inch, 30%-45%; SD No. 10, of the fraction passing the inch sieve, 40% to 60% shall pass the No. 10 sieve. All material shall be free from organic matter and lumps or clay balls. The material shall have minimum 50 percent fractured particles as in accordance with ASTM D 5821. The plastic index (PI) of the material passing the #200 sieve shall be nonplastic as in accordance with AASHTO T 90. The maximum liquid limit shall be 25 as in accordance with AASHTO T 89. As in accordance with ASTM D 4791, the material shall have a percentage of flat and elongated particles less than 10 using a dimensional ratio of 1:3. Delivery Location: Rock shall be crushed and stockpiled in two undeveloped sites with an option of a third site based on rock qualities of one of the other sites. The sites are as follows: ITEM 1 - Juniper Material Source: ITEM 1A - crush and stockpile 98,400 cubic yards of 1 inch minus; ITEM 1B - crush and stockpile 8,800 cubic yards of 3 inch minus. Access to Juniper Materials Source is 60 miles south of Burns Oregon to Frenchglen, Oregon, then east on the North Steens Mt. Loop Road 10.9 miles, North mile on an unimproved road to the site. ITEM 2 - Roaring Butte Materials Source: ITEM 2A - crush and stockpile 80,600 cubic yards of 1 inch minus; ITEM 2B - crush and stockpile 65,900 cubic yards of 3 inch minus. Access to Roaring Butte Materials Source is 10 miles south of Frenchglen Oregon to the South Steens Loop Road, east on the South Steens Loop Road 7.1 miles, south mile on an unimproved road to the site. An optional source for Item 2 Roaring Butte Pit is Butler Hill Materials Pit. Access to Butler Hill Materials Source is 10 miles south of Frenchglen Oregon to South Steens Loop Road, west mile on an unimproved access road to the site. The operation of equipment related to the production of rock aggregate including blasting, crushing, stock piling and vehicle parking shall be confined to the operations area as delineated by the Location Maps and Development Plans. Contractor shall use existing BLM roads to access the material sources. All new access roads shall be approved by the CO and identified in the field by the CO. Contractor shall improve roads as needed for crushing operation but shall return roads to original state or equal. It is the Contractor responsibility to be aware of all Wilderness Areas and Wilderness Study Areas and comply with all regulations regarding these areas. No activities are permitted from February 1 through June 15th at the Roaring Butte Material Source. The Contractor shall comply with all fire prevention measures associated with Industrial Fire Precaution Levels. The appropriate regulations can be obtained from the COR. The Contractor shall comply with local, State, and Federal Safety Codes covering quarrying operations, warning signs and traffic control. The Contractor shall submit to the CO a Safety Plan for approval a minimum of 14 days before mobilization to any of the sites. The Safety Plan shall appoint an on-site Contractor representative as a Safety Manager to assure that all aspects of this production contract are carried out safely. The Safety Plan shall identify the nearest emergency healthcare facilities, including phone numbers, and describe the most efficient means to secure medical assistance. Adequate First Aid supplies are to be kept on site in a prominent location. Contractor shall submit to the CO a Spill and Emergency Response and Cleanup Plan for approval a minimum of 14 days before mobilization to any of the sites. Prepare a spill and emergency response and cleanup plan to immediately deal with the spill of any fuel, oil or petroleum product on site. The Contractor shall comply with the Burns District Weed Management Plan. A copy can be obtained from the COR. All contractor equipment shall be washed prior to it being it being brought on site. Equipment leaving the roadway outside the project area shall be rewashed prior to re-entry. The Contractor shall submit a written blasting plan or modification of the plan to the COR for the Quarry, 5 working days prior to the start of drilling. The plan shall include: a) plan view of delay pattern; b) cross section of a typical loaded hole; c) types of explosives; d) powder factor; e) burden spacing, hole diameter, depth of holes, and depth of subdrill; and f) number of lifts. Acceptance of the blasting plan does not relieve the contractor of the liability or responsibility of the results of the blasting. All shot rock materials extracted from the quarry shall be utilized. Secondary blasting or other methods shall be employed to reduce shot rock to a maximum useable size. Operations on the quarry site shall be conducted so that, both during and after completion of work, erosion will be minimized and sediment will not enter streams or other bodies of water. Quarry access roads shall be maintained in a manner that will prevent sediment from entering live or intermittent streams or bodies of water. Combustible or noncombustible debris shall be disposed of by burning or removal from BLM land or as directed by the COR. Contractor shall engage a qualified and certified testing laboratory to conduct sieve analysis tests, minimum 1 per shift, sand equivalent tests, minimum 1 per shift and moisture/density relationship, minimum 1 per source 3 and 1. The certified testing laboratory, which will be conducting the specific tests required must be approved by the CO prior to rock production. Aggregate Stockpile: Stockpile sites shall be leveled and cleared of boulders, trees, topsoil and other objectionable material. 3 inch and 1 inch aggregate shall be placed in separate stockpiles at each pit site. Aggregate materials shall be stockpiled with a conveyor system, by dump truck or by other methods approved by the COR. Materials to be placed in horizontal layers, or lifts that do not exceed 3 feet. Stockpiles shall be neat and in regular form, shall be made to occupy the smallest feasible area, shall not exceed 30 feet in height and shall have slopes no steeper than 3(H):1(V). All stockpiles sites, including topsoil, shall be approved by the COR before stockpiling begins. Upon completion of quarrying operations, required site reclamation measures shall be performed to the satisfaction of the COR, including but not limited to the following: Permanently seal or fill unused drill holes as directed by the COR; Complete required site-reclamation measures within 14 days after final cessation of quarrying operations; Clear and scale wall of loose or dislodges shot material and move to a designated location within the quarry; Quarry side and backslopes shall be left no steeper than (H):1(V); Upon completion of quarrying activities, quarry shall be left in a condition that complies with all federal, state and local safety regulations. A vicinity map and location map are attached to identify the three material sources. For each of the three material sources the following figures are also attached: location map, development plan and drill core logs. Measurement for payment: Aggregate materials will be paid by the cubic yard in stockpiles as measured in place at the pit material sites. Prequote Site Visit: Site visit will be conducted on August 18, 2009. Prospective bidders shall meet in Frenchglen, Oregon in front of the Frenchglen School at 10:00 a.m. DELIVERY DATE AND PERFORMANCE TIME: Item 1A and 1B: Estimated Start Work Date 9/7/09, Performance Time: 210 Calendar Days; Item 2A and 2B: Estimated Start Work Date 9/7/09, Performance Time: 210 Calendar Days. FAR CLAUSES AND OTHER PROVISIONS - the following FAR clauses and provisions apply to this contract and may be retrieved from http://www.arnet.gov/far: 52.203-3, Gratuities; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.204-7, Central Contractor Registration System; 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, Offeror Representations and Certifications - 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; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim; 52.242-13, Bankruptcy. Future task orders will be awarded with American Recovery and Reinvestment Act (ARRA) of 2009 funding. ARRA REPORTING REQUIREMENTS In accordance with FAR 52.204-11 and FAR 4.15 contractors receiving awards, or modifications to existing awards, funded in whole or in part by American Recovery and Reinvestment Act (ARRA) funds must report on the use of those specific ARRA funds quarterly, on www.Federalreporting.gov A COPY OF THE REPORT SUBMITTED BY THE CONTRACTOR TO THE WEBSITE SHALL BE SUBMITTED TO THE CONTRACTING OFFICER IMMEDIATELY AFTER SUBMISSION. Failure of contractors to report the information in accordance with the following Reporting Schedule, who have received awards or modifications to awards utilizing ARRA funds, will be subject to actions equal to the remedies as described at FAR 32.503-6, Suspension or Reduction of Payments. Additionally, in accordance with FAR 42.1501(d), contractors who fail to report required ARRA information will be subject to having their Past Performance Profile annotated with a failure to comply with the terms and conditions of the contract, which may adversely affect the receipt of future awards. Per FAR 52.204-11(c), invoices funded by ARRA funds during a given quarter shall be reported no later than the 10th day after the end of each calendar quarter. ARRA Reporting Requirements per FAR is contained within this contract. Reporting Schedule: Invoices Funded By ARRA Funds During:Quarter 1 (October 1 through December 31)Report No Later Than: January 10Quarter 2 (January 1 through March 31)Report No Later Than: April 10Quarter 3 (April 1 through June 30)Report No Later Than: July 10Quarter 4 (July 1 through September 30)Report No Later Than: October 10 52.203-15 WHISTLEBLOWER PROTECTIONS UNDER THE AMERICANS RECOVERY AND REINVESTMENT ACT OF 2009; 52.204-11 RECOVERY AND REINVESTMENT ACT REPORTING REQUIREMENTS. Offerors must be registered in the Central Contractors Registration System (CCR) available at http://www.ccr.gov. EVALUATION FOR AWARD Award will be made on an item basis to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price and Past Performance. Past performance information may be based on the Governments knowledge of and previous experience with the quoter, or other reasonable basis. Offerors are to include 52.212-3, Offeror Representations and CertificationsCommercial Items, with your quote if you have not completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. SUBMITTAL OF QUOTES - Quoters shall submit signed and dated quotes on a SF1449 or letterhead stationery. All quotes shall be sent to the Bureau of Land Management, Oregon State Office, OR952, P.O. Box 2965, Portland, Oregon 97208 by 11:59 PM Local Time on or before August 31, 2009. Faxed quotes will be accepted at 503-808-6312. For questions, please contact Courtney Casavan at 503-808-6210. This solicitation is set aside for small business concerns.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L09PS01176/listing.html)
 
Record
SN01903110-W 20090809/090807235622-e78c476830d92751edcc69cb20ba8389 (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.