Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2009 FBO #2840
SOLICITATION NOTICE

56 -- NO.2 WELL ROAD IMPROVEMENT

Notice Date
9/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
L ID-STATE OFC HR&ADMN SVCS(ID953)1387 S. VINNELL WAYBOISEID83709US
 
ZIP Code
00000
 
Solicitation Number
L09PS01553
 
Response Due
9/16/2009
 
Archive Date
10/16/2009
 
Point of Contact
Haener, Janice M 208-373-3911, jhaener@blm.gov
 
E-Mail Address
Haener, Janice M
(jhaener@blm.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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. Firm, fixed-price quotes are requested under Request for Quotation (RFQ) Solicitation number DLQ070046. This document incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This solicitation is set-aside for small business under North American Industry Classification System (NAICS) code 212321. The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. DESCRIPTION OF WORK: This work includes loading and hauling cinders from a government-furnished material source and dumping them on a prepared road surface. The Contractor will be loading, delivering and dumping the material only as the Government will be preparing the road surface and constructing the surface course. The Contractor shall schedule work with the Government such that the hauling occurs only when the Government Operator is available for constructing the surface course. The Contractor shall be allowed to provide material from another source if it meets the specifications of gradation values attached in this solicitation. The Government cinder pit is located at T 1N, R 30E, Sec 31. The NO 2 Well road is located west of Blackfoot, ID at NO 2 Well Road is located in T 1S, R 31E and 32E, Sections 7, 12, 11, 10, 9, 8. The road between the pit and the NO. 2 Well Road, referred to as the Stage Road, is a road of historical significance and hence cannot be maintained. The road is heavily rutted. THE LINE ITEM NUMBER IS: Line Item 0010, Cinders loaded, hauled, and dumped from a government furnished source, Quantity 5,000 Cubic Yards. THE LINE ITEM NUMBER IS: Line Item 0020, Cinders loaded, hauled, and dumped from another source meeting the specifications within, Quantity 5,000 Cubic Yards. LOCATIONThe Government cinder pit is located at T 1N, R 30E, Sec 31. The NO 2 Well road is located west of Blackfoot, ID at NO 2 Well Road is located in T 1S, R 31E and 32E, Sections 7, 12, 11, 10, 9, 8. The road between the pit and the NO. 2 Well Road, referred to as the Stage Road, is a road of historical significance and hence cannot be maintained. The road is heavily rutted. No 2 Well Road Location map is available by contacting Janice Haener at (208) 373-3911 or email at janice_haener@blm.gov. REFERENCES AASHTO American Association of State Highway and Transportation Officials, 444 North Capital Street, NW, Suite 249, Washington, DC, 20001.AASHTO, M 43-88 Size of Aggregate for Road and Bridge ConstructionAASHTO, M 147-65 Materials for Aggregate and Soil Aggregate Sub-Base, Base and Surface Courses (R1993)AASHTO, T-11, T27 Sieve Analysis of Fine and Coarse AggregatesAASHTO, T 27-93 Method of Testing for Sieve Analysis of Fine and Coarse AggregatesAASHTO, T 248-89 Method of Tests for Reducing Field Samples of Aggregate to Testing SizeASTM American Society for Testing and Materials, 100 Barr Harbor Dr., West Conshohocken, PA 19428-2959ASTM C 136 REV A-95Test Method for Sieve Analysis of Fine and Coarse AggregatesFederal Standard, General Services Administration, Specifications Branch, Room 6039, GSA Building,7th and D Streets SW, Washington, DC 20407 CONTRACTOR-FURNISHED MATERIALSContractor-Furnished Aggregate from Government Pit: Material produced by the Government to be loaded and delivered will approximately conform to the following gradation, in the table below. Unless otherwise approved by the Contracting Officer (CO), the Contractor shall take only material from the designated stockpile and shall load trucks with a gradation according to the following table. GRADATION TARGET VALUES - CINDERSSieve DesignationAllowable Deviation from Target ValuesPercent by Mass Passing 1.5 inch 1 inch 10 1590 ~.75 inch 2075.50 inch 5~.25 inch 20~No. 4 1541No. 20 1020No. 200 1011Contractor-Furnished Aggregate from source other than the Government Pit: Cinders, conforming to the above gradation, delivered from another source other than the Government provided source may be dumped with the approval of the COR. Otherwise, material provided by the Contractor from an outside source shall be material conforming to the 2004 Idaho Department of Transportation Standard Specifications for Highway Contractors Section 703.04 Aggregate for Untreated Base, Treated Base, and Road Mix Crushed (A or B) Surface Aggregate with gradation according to the following table and have a plasticity index of 8 - 12. For any material delivered from a source other than the Government provided source, the Contractor shall submit 2 gradation test results from an independent testing company (According to AASTO T 27 & T 11); one from the first 2500 CY and one from the second 2500 CY to the Bureau of Land Management, 1405 Hollipark Drive, Idaho Falls, Idaho, 83401, Attn: Steve Janzen. GRADATION TARGET VALUES NON-CINDERS Sieve Size3/4 inch A3/4 inch B2-1/2"2"1"1001003/4"90-10090-100No. 430-6040-65No. 830-50No. 3010-25No. 2000-73-9If charts are unreadable please contact Janice Haener at the contact information below to have charts faxed to you. PREPARATIONRequirements: The Contractor shall be responsible to provide the equipment necessary to load and deliver the material. PRODUCTIONHauling: The Contractor shall load and haul the material from the Pit to dump at the work site on the NO. 2 Well Road. The Contractor shall haul a minimum of 8 CY at a time and deliver loads at a rate of 1 every 20 minutes. The Contractor shall haul to the location specified by the Government motor grader operator. Loads shall be dumped in the center of the road or as directed by the Government and in a uniform manner such that they are no more than 2 feet in depth. Spillage or damage that occurs during delivery is the Contractors responsibility. Final Cleanup: The Contractor shall maintain the pit in the same condition it was in prior to commencing work. Excess Material shall be left on the site and shall be the property of the Government. DELIVERY: The Contractor shall deliver the gravel between October 05, 2009 and November 09, 2009; with deliveries to occur, between the hours of 8 a.m. and 4:30 p.m. Monday through Thursday or as directed by the Government COR. The following provisions and clauses apply to this procurement: FAR 52.212-01 Instructions to Offerors - Commercial Items; FAR 52,212-02, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on price and past performance, listed in descending order of importance. Past performance will be based on the Contracting Officers knowledge, contacting provided references, and other reasonable sources. FAR 52.212-03 Offeror Representations and Certifications - Commercial Items; FAR 52.212-04 Contract Terms and Conditions - Commercial Items; FAR 52.212-05 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (paragraph (b) following clauses apply; FAR 52.219-06; FAR 52.219-28; FAR 52.222-03; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.225-01; FAR 52.232-33); FAR 52.204-07 Central Contractor Registration; FAR 52-211-05 Materials Requirements; FAR 52.223-06 Drug-Free Workplace; FAR 52.237-01 Site Visit, (a Site Tour will not be held). The full text of these provisions and clauses may be accessed electronically at http://www.acquisition.gov/far or upon request to the Contracting Officer. Offerors must be registered, and must maintain an active registration in the Central Contractor Registration database found at http://www.ccr.gov and Online Representations and Certifications must be completed at http://orca.bpn.gov or completed copy of the FAR 52.212-03 clause must be submitted with the quote. Quotes shall be submitted in writing on company letterhead and must include the RFQ number, the company name, point of contract, address, phone number, fax number, DUNS number, the delivery period in terms of the number of weeks or days, the unit price, the extended price, and any prompt payment discount terms. Offers are due by close of business Wednesday, September 16, 2009. Fax quotes will be accepted at (208) 373-3915. For additional information contact Janice Haener, Contracting Officer at (208) 373-3911. All responsible offerors may submit a quotation that, if timely received, shall be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/ID/L09PS01553/listing.html)
 
Record
SN01935638-W 20090903/090902004049-6fbed7ee80c76c24169187bc690e56d4 (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.