Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2011 FBO #3413
SOLICITATION NOTICE

56 -- Supply and deliver 2,000 tons Road Base to Big Bend National Park, Texas

Notice Date
3/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - CHIC - CHICKASAW NATIONAL RECREATION AREA Contracting1008 West 2nd StreetEmail- rosalind_sorrell@nps.gov Sulphur OK 73086
 
ZIP Code
73086
 
Solicitation Number
P11PS00326
 
Response Due
4/12/2011
 
Archive Date
3/27/2012
 
Point of Contact
Rosalind G. Sorrell Contract Specialist 5806227204 rosalind_sorrell@nps.gov;
 
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
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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 requirement is being issued as Request for Quote (RFQ) No. P11PS00326. The FAR clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-50. FAR clauses and provisions are available through Internet access at https://www.acquisition.gov/FAR/. This solicitation is 100% small business set-aside. The North American Industry Classification System (NAICS) code is 423320. The small business size standard is gross annual sales less than 100 employees. A firm fixed price contract will be awarded for these Commercial Items. This acquisition is for the supply and delivery of 2,000 tons of Type B, Grade 1, Flexible Road Base General Requirements for Type B, Grade1, Flexible Road Base: The flexible base shall be material from an approved source. The flexible base material shall meet the requirements of Type B, Grade 1 flexible base material as defined by TXDOT Item 247 standards. Minimum plasticity index of 2. Sieve analysis and samples shall be submitted and approved prior to delivery. For TXDOT specs see the below site: ftp://ftp.dot.state.tx.us/pub/txdot-info/cmd/cserve/specs/2004/standard/s247.pdf The aggregate base course material shall consist of an intimate mixture of graded aggregate, coarse and fine, and shall be practically free from vegetable or other deleterious substances. Coarse aggregate shall consist of sound, tough, durable particles or fragments of disintegrated limestone. Fine aggregate shall be sand, stone dust, or other inert finely divided mineral matter. Inspection of the proposed material will be performed by the Contracting Officer's Representative from a stockpile sample upon which a test will be conducted before it is accepted, to ensure reasonable uniformity and acceptability. No substitution of materials shall be made without the prior approval of the Contracting Officer. Gradation. Perform sieve analysis in accordance with the AASHTO procedure T 27, T 88 or T 311. Report the following sieve for all tests: #200, #40, ", ", 1", 2", and 3". Provide material meeting the gradation limits from Table 1. Soundness. Material for local road gravel surface, base, and subbase courses will be accepted on the basis of Magnesium Sulfate Soundness Loss after four (4) cycles performed according to TXDOT procedures and Table 1. Sieve (U.S. sieve) A (Surface) B (Base) C (Subbase)3" (75 mm) 1002" (50 mm) 100 -1.5" (37.5 mm) 85-100 70-1001" (25 mm) 100 - -" (19 mm) 85-100 - -" (6.3 mm) 50-75 30-50 30-55#40 (425 m) 15-35 5-20 5-25#200 (75 m) 8-15 0-5 0-8Table 1: Percent passing by weight of gravel materials Plasticity. Determine plasticity using either of the following methods:1.Plasticity Index. The Plasticity Index of the material passing the #40 mesh sieve shall meet the values in Table 1. Determine plasticity using AASHTO tests T 89 and T 90. 2. Sand Equivalent. The sand equivalence of the granular material shall meet the values in Table 1. Determine sand equivalence using AASHTO test T176. Elongated Particles. Not more than 30 percent, by weight, of the particles retained on a " sieve shall consist of flat or elongated particles. A flat or elongated particle is defined herein as one which has its greatest dimensions more than 3 times its least dimension. Acceptance for this requirement will normally be based on a visual inspection. When Big Bend National Park elects to test for this requirement, material with a percentage greater than 30 will be rejected. Fractured Faces. When Big Bend National Park elects to test for this requirement, Type A material shall have at least two fractured surfaces on 50- percent of the stone particle larger than ". Type B material shall have at least one fractured face on 50 percent of the stone particles larger than ".Delivery to commence on or around May 1, 2011, and to be completed by June 17, 2011. All material shall be delivered to the Rio Grande Village stockpile site located on the north side of the intersection of the Route 12 and the Boquillas Canyon Road. The stockpile sites will not accommodate belly dump trucks; only end dump trucks can negotiate the stockpile site. Rio Grande Village is located 20 miles east of Panther Junction (intersection of US Hwy 385 and TX 118) on Big Bend Route 12. Park map may be obtained at the following website: www.nps.gov/bibeWeight tickets must be provided for each load. Delivery shall occur between the hours of 9:00 a.m. and 3:00 p.m. Monday through Friday, and scheduled with the Contracting Officer's Representative on-site. Basis of award will be made considering best value - trade off to the Government. FAR 52.212-2, Evaluation-Commercial Items is applicable. The Government intends to award a fixed-price contract without discussions with offerors.The Government will award a contract resulting from this solicitation 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: RELATIVE IMPORTANCE OF EVALUATION FACTORS: a)Price is MORE IMPORTANT than non-price evaluation factors. The Government may elect to accept other than the lowest proposal when the perceived benefits of a higher priced proposal merit the additional cost. b)Non-price factors are listed in descending order of performance. PRICE: A price evaluation will be performed to determine the reasonableness of the proposed price. Reasonableness will be determined considering other competitive prices received and comparison to the independent Government estimate. NON-PRICE FACTORS: 1.Past performance - timeliness in delivery 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 Offeror's past performance, and /or references obtained from any other source. Offers are instructed to provide a list of 5 past contracts/projects that they consider similar in nature. List must provide description, $ amount, date, contact name, contact phone number and/or email. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors wishing to respond to this RFQ should provide the office with the following: 1. Offeror schedule pricing shall be provided on plain bond paper with company identification clearly visible. Supply and deliver Type B, Grade 1 Flexible Road base: Qty. 2,000 tons @ $________ unit price = Total price $__________ 2. Past performance references as detailed above. Offerors who do not provide past performance information shall be considered non-responsive. 3. Offeror must furnish company name, official point of contact name, DUNS number, TIN number, address, phone and fax number, email address. The following FAR provisions and clauses are applicable to this acquisition: These clauses can be accessed through the website https://www.acquisition.gov/FAR/ 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 152.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.404-8 Annual Representations and Certifications 52.212-1 Instruction to Offerors-Commercial Items52.212-2 Evaluation - Commercial Items52-212-3 Offeror Representations and Certifications - Commercial Item52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Item, and Alt I, and Alt II applicable "checked" clauses include:52.219-6 Notice of Total Small Business Set-Aside, Alt 1, and Alt II52.223-18 Contractor Policy to Ban Test Messaging While Driving52.225-1 Buy American Act - Supplies52.225-13 Restrictions on Certain Foreign Purchases52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran -Certification52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration52.233-4 Applicable Law for Breach of Contract Claim52.247-34 F.O.B. Destination Contractors are required to be registered in the Central Contract Registration (CCR) government system prior to award to be eligible for government contract - the link can be found at http://www.ccr.gov. Contractors are required to be provide representations and certifications online at https://orca.bpn.gov All questions for this solicitation must be emailed to Rosalind Sorrell at rosalind_sorrell@nps.gov. Offers are due 4 p.m. CST on Tuesday, April 12, 2011, and may be sent by mail, courier, or email (no faxes). Mailing / Courier address: National Park Service, Chickasaw National Recreation Area, 1008 West 2nd Street, Sulphur, OK 73086. Email address: rosalind_sorrell@nps.gov All responsible sources may submit an offer which will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS00326/listing.html)
 
Place of Performance
Address: Big Bend National Park, Texas
Zip Code: 79834
 
Record
SN02410409-W 20110330/110328233942-41c01aaecb809ab778ecd88144b53dfd (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.