SOURCES SOUGHT
Y -- Mattress Stone, Core Stone, Chinking Stone, and Armor Stone delivered to a Volusia County, Florida Location
- Notice Date
- 1/5/2010
- Notice Type
- Sources Sought
- NAICS
- 423320
— Brick, Stone, and Related Construction Material Merchant Wholesalers
- Contracting Office
- US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- VOLUSIACOUNT
- Response Due
- 1/27/2010
- Archive Date
- 3/28/2010
- Point of Contact
- Pamela Shirley, 904-232-1992
- E-Mail Address
-
US Army Engineer District, Jacksonville
(pamela.j.shirley@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes a Sources Sought Synopsis. THIS IS NOT A REQUEST FOR PROPOSAL. The responses to this Sources Sought Synopsis will be used to identify potential sources and the most current commercial pricing of the following stones delivered to a location in Volusia County Florida: Mattress Stone, Core Stone, Chinking Stone and Armor Stone. This sources sought announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The Mattress stone shall be composed of tough, durable particles, adequately free from thin, flat and elongated pieces, and shall contain neither organic matter nor soft, friable particles in quantities considered objectionable by normal industry standards. All stones shall be roughly angular in shape, with the least dimension of any stone no less than one-third of its greater dimension. All stone shall have density of not less than 165 pounds per cubic foot (saturated, surface dry). At least one gradation test shall be performed at the producing stone source prior to initial placement in the project structure. Thereafter Mattress Stone gradation testing shall be conducted on each 100 tons delivered to the project site. The stone shall be well-graded from 4 to 8 inches and shall conform to the following requirements regarding percent by size, passing: 8 inch-100%; 6 inch-50%; 4 inch-0%. The amount required is an estimated 13,000 tons. Core Stone shall be composed of tough, durable particles, adequately free from thin, flat and elongated pieces, and shall contain no organic matter, dirt, nor soft friable particles in quantities considered objectionable by normal industry standards. Core Stone shall meet all quality and gradation requirements of this section. All stones shall be roughly angular in shape, with the least dimension of any stone no less than one-third of its greater dimension. Flat stones will not be accepted. Core Stone shall conform to the following gradation and shall consist of approved stone between 500 to 2500 pounds with at least 50 percent of the gradation weighting between 1500 to 2500 pounds. The core stone gradation shall be well-graded between the low and high end weight discussed above. At least two gradation tests shall be performed prior to initial placement in the project structure. Thereafter Core Stone gradation testing shall be conducted on each 500 tons delivered to the project site. The amount required is an estimated 18,300 tons. Chinking Stone shall consist of stone graded between 3 to 24 inches and shall have a unit weight of at least 165 pcf. The Chinking Stone material shall be well-graded between size requirements discussed above; however no gradation tests will be required the stone material in the demonstration stockpile is suspected to outside of the specified gradation size. The amount required is an estimated 330 tons. Armor stone shall be hard, close grained, and free of cracks, seams or other imperfections which might adversely affect its durability when exposed to potential weathering and wave action of an inlet environment. All stones shall be roughly angular in shape, with the least dimension of any stone no less than one-third of its greater dimension. Flat stones will not be accepted. At least two gradation tests shall be performed prior to initial placement in the project structure. Thereafter Core Stone gradation testing shall be conducted on each 5000 tons delivered to the project site. All armor stone shall have density of not less than 165 pounds per cubic foot (saturated, surface dry). The inclusion of more than 1% of quantities of dirt, sand, clay and rock fines will not be permitted. Armor stone shall be well graded between 8 to 12 tons with at least 50% of the stone weighting 10 to 12 tons. The amount required is an estimated 33,000 tons. All stone shall be subjected to the following tests and test values: (1) unit weight - 165 pcf, (2) absorption - Less than 1%, (3) specific gravity, (4) sulfate soundness - Less than 5% loss, (5) LA abrasion - Less than 20% loss for 500 revolutions, (6) freezing and thawing - Less than 10% loss for 20 cycles, (7) wetting and drying - Less than 8% loss for 30 cycles, (8) petro-graphic analysis - Fresh, interlocking crystalline, no clay minerals and no soluble materials, and (9) Set Aside -Large stones SHALL be set aside in the quarry AFTER BLASTING AND FINAL PRODUCTION and immediately examined and photographed. These are examined and photographed again after a predetermined period of exposure. Stone that endures without signs of deterioration may be considered for acceptance. Observations from set-aside exposure are potentially useful in identifying materials in need of curing. Large stone shall be set aside in the quarry for at least 4 months (120 days). With the exception of the Chinking Stone, all stone will also be subjected to a regimen of gradation testing that will occur prior to Government use and will adhere to minimum sample weight requirements. Please provide a Statement of Capability (SOC) stating your firms capability to provide the specified type of stones in the specified quantities and adhere to the quality control testing requirements. This SOC should be a maximum of five (5) pages and include, at a minimum: (1) business type: Large, Small Business, SBA Certified 8(a), HubZone, and/or Service Disabled Veteran-Owned Small Business; (2) brief description of your companys capabilities; (3) commercial pricing to include delivery to a location in Volusia County, Florida (4) Firms ability to adhere to gradation testing schedule and other testing requirements. The contractors shall also provide brief references of providing stones in similar quantities with similar testing requirements. Responses to this Sources Sought Synopsis must be received not later than 27 January 2010 and shall be sent to the attention of Pamela Shirley via e-mail at Pamela.j.shirley@usace.army.mil. Ms. Shirley may be reached by telephone at (904) 232-1992. The submission of this information is for planning purposes only. The Jacksonville District Corps of Engineers does not intend to award a contract on the basis of this Request for Information nor otherwise pay for the information solicited. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. ADDITIONAL INFORMATION: You must be registered in the Central Contractor Registration in order to be eligible to receive an award from any Government solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You must be registered in the Online Representations and Certifications Application (ORCA) in order to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://www.bpn.gov. NAICS Code is 423320 and the Small Business size standard is 100 Employees.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/VOLUSIACOUNT/listing.html)
- Place of Performance
- Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN02035115-W 20100107/100106000115-42a9f6c21d0f84f9aa1e506c19fced27 (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 |