SOLICITATION NOTICE
99 -- Liquid Asphalt
- Notice Date
- 6/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423390
— Other Construction Material Merchant Wholesalers
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Southern Sierra Province, 1600 Tollhouse Road, Clovis, California, 93611
- ZIP Code
- 93611
- Solicitation Number
- AG-9A40-S-10-0043
- Point of Contact
- Ilene Ann Mora, Phone: 559 297-0706 Ext. 4832
- E-Mail Address
-
ijmora@fs.fed.us
(ijmora@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsos/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. This is a Request For Quotation (RFQ). The solicitation number is AG-9A40-S-10-0043. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. This acquisition is set-aside 100% for small business. The associated NAICS code is 423390 and the small business size standard is $100M. Line Item 0001, 135 Tons of Liquid Asphalt, LMCRS-2H SPECIFICATIONS FOR LIQUID ASPHALT I - GENERAL SPECIFICATIONS A - Scope of Contract The Contractor shall furnish, deliver and apply the specified type of liquid asphalt, as ordered, at the location designated by the Contracting Officer. B - Location The material will be delivered and applied to Forest road 3N01, located approximately 37 miles south east of Sonora Ca. on the Stanislaus National Forest. C - Notice The Contractor will be given a minimum of 72 hours verbal notice by a designated representative of the Government. Confirmation of each order will be electronically transmitted (Faxed) to the Contractor within the period used for notice. II - TECHNICAL SPECIFICATIONS. A - The Contractor shall furnish, deliver and apply, as specified, liquid asphalt conforming to the requirements of the following specifications. Emulsified Asphalt (cationic) - AASHTO M208 APPLICATION TEMPERATURE (°F) Type & Grade of MaterialTemperature Range (Spray) *LMCRS-2H125 - 185 (1) Maximum temperature shall be below that at which fogging occurs. *RUBBER ADDITIVE FOR ASPHALT EMULSION Rubber additive for asphalt emulsion shall conform to the following requirements as determined by ASTM D-1417: SPECIFICATIONS FOR LATEX MODIFIED ASPHALTIC EMULSION TEST METHODCATIONIC TESTLMCRS-2HLMCRS-2 Viscosity @ 122FT-5975-300 Sieve0.3% max. Demulsibility40% min. Ash ContentD37230.2% max. Particle ChargePositive Percent ResidueCal-33165% Penetration @ 77FT-4940-90100-200 Ductility @ 77FT-5140 cm min. Torsional RecoveryCal-33218% min. The rubber latex may be either neoprene or a blend of butadiene and styrene and shall be added at the point of manufacture to the emulsion or asphalt. B - The rubber additive shall be added at the rate of five gallons of additive for each ton of emulsified asphalt. The additive shall be added prior to application and agitated thoroughly according to the manufacturer's published specifications. C - Asphalt shall be spread by the Contractor on the designated road surface by a self-powered bituminous distributor mounted on pneumatic tires. The distributor shall be equipped with a pump, a spray bar, tachometer, pressure gauges, tank thermometer, and an accurate volume measuring device, such as a visual volume dial or gauge calibrated to the tank. The distributor shall be capable of applying the specified liquid asphalt at rates between 0.10 and 0.50 gallons per square yard. Rate of application will be established by the Contracting Officer at delivery time. D - The Contractor shall accept the return of non-utilized liquid asphalt products with no charge to the Government for the unused portion. Weigh back slips shall be provided to the Government prior to submitting invoice for payment. Contract Time The contractor shall be able to commence deliveries within 10 calendar days from the day of receipt of the awarded contract, or within 15 calendar days from the date of the mailing of the award; whichever is earlier. The period of the contract is from the date of award until termination by the Government or December 31, 2010, whichever is earlier. METHOD OF MEASUREMENT a.Volume of Bituminous Material Volumes of bituminous material shall be measured at 60 degrees Fahrenheit, using ASTM D 1250 for asphalts, or ASTM D 633 for tars, except the quantity of emulsified asphalt shall be determined by measuring the emulsified asphalt at a temperature of 60 degrees Fahrenheit or by converting the gallonage measured at another temperature to gallonage at 60 degrees Fahrenheit by means of the following formula: Gallons at 60 degrees Fahrenheit = Gallons at A ° F. 1+ 0.00025 (A ° F. - 60 ° F.) in which A °F. is the temperature of the material at the time the gallonage is measured. B.Weights: Net certified scale weights, or weights based on certified volumes in the case of vehicular shipments, shall be used as the basis of measurement, subject to correction when bituminous material has been lost from the vehicle or the distributor, wasted, or otherwise not incorporated into the work. c.Asphalt Spreading: Asphalt spreading shall be the number of hours required to apply the liquid asphalt in advance of the chip spreading operation as directed by the Contracting Officer. The time to be measured shall begin with the arrival of the distributor truck on the project at the date and hour assigned by the Contracting Officer, or later as acceptable, and shall continue until the Contracting Officer releases the distributor truck from service. d.Materials Delivered to Project Site: All materials are paid by the ton as delivered to the project site. Price includes cost of material, transportation and delivery to the project site. g.Standby Time: Standby time shall begin two hours after each load arrives as scheduled by the delivery order. If late deliveries are accepted, standby time will begin two hours after acceptance. The Contracting Officer's decision shall be final as to the standby time allowed. BASIS OF PAYMENT Payment will be made upon receipt by the Government of a proper invoice. Information on such invoice shall be listed by project name. Submittals for payment shall include weigh back information. Invoices containing incorrect quantities, prices or mileages, or omitting weigh back information will be returned to the contractor for correction and resubmittal. The following clauses and provisions are applicable to this solitation: The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation - Commercial Items. Price is the only evaluation factor. The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The clause at 52.212-4, Contract Term and Conditions - Commercial Items, applies to this acquisition. The clause at 52-212-5, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items, Alt II applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). This solicitation will close Tuesday, June 22, 2010. Only electronic offers will be accepted. Please submit your offer by email to ijmora@fs.fed.us.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9A40/AG-9A40-S-10-0043/listing.html)
- Record
- SN02177564-W 20100617/100615235051-0dd00195d24c141e40581ac8b68258d6 (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 |