Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2011 FBO #3449
SOLICITATION NOTICE

94 -- 3/8" Chip Seal Aggregate

Notice Date
5/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - BICA - Bighorn Canyon National Recreation Area PO BOX 7458 ( 5 Avenue B ) Fort Smith MT 59035
 
ZIP Code
59035
 
Solicitation Number
Q1574115016
 
Response Due
5/17/2011
 
Archive Date
5/2/2012
 
Point of Contact
Jay G. Tobin Contract Specialist 4066663321 Jay_Tobin@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 the Federal Acquisition Regulations (FAR) Subpart 12.6 as supplemented with additional information included in this notice. It is being issued as Request for Quotation (RFQ) Q1574115016. The National Park Service, Yellowstone National Park, has a requirement for 7,200 tons of 3/8" Chip Seal Aggregate per specifications noted below. A total of 3,600 tons are to be delivered by the contractor to Norris Pit, located 26 miles south of Gardiner, MT; the remaining 3,600 tons will be hauled by Yellowstone personnel. Delivery shall be completed by July 8, 2011. This acquisition is a 100% small business set-aside. The National Park Service encourages the participation of disadvantaged, veteran and women owned business enterprises. The North American Industry Classification System (NAICS) code for this project is 212321 with a size standard of 500 employees or 484220 with a size standard of $25.5 million. All responsible small business concerns may submit a quotation which will be considered by the National Park Service. QUOTES ARE DUE for this combined synopsis/solicitation on May 17, 2011 at 1:30 PM Mountain Time and shall be delivered by the specified time to the National Park Service, Bighorn Canyon National Recreation Area, ATTN Contracting Officer. Quotes may be faxed to 406-666-2415 or emailed to Jay_Tobin@nps.gov; no oral quotations will be accepted. Quoters must furnish their company name, DUNS number, address, phone and fax number, e-mail address, and official point of contact. All quotes must be signed by authorized company official and dated. Questions regarding this solicitation should be emailed to Jay_Tobin@nps.gov. No telephone questions accepted. Any award resulting from this solicitation will be a Firm-Fixed-Price type contract. The aggregate must conform to the following specifications: SPECIFICATIONS: Cover material shall meet the requirements of the following table of gradations as determined by Montana Specification MT-70 1, Table 701-12, Grade 4A. Aggregate Gradation Table: Sieve Size Percent Passing by Weight 3/8" 100% No. 4 15% or less No. 8 -- No. 200 2% or less 1. The material for Grade 4A must be non-plastic. 2. The composite aggregate must not have adherent films of clay, vegetable matter, frozen lumps, or other extraneous matter that prevents thorough coating with bituminous material. Bituminous material must remain adhered to the material upon contact with water. No combination of shale, clay, coal, or soft particles shall exceed 1.5 percent. 3. The material shall have a wear not to exceed 30 percent at 500 revolutions. 4. A minimum of 70 percent by weight of the coarse aggregate for Grade 4A must have at least one fractured face. 5. All contractors shall supply documentation of gradation test results to NPS along with their quote. MEASUREMENT AND PAYMENT: The contractor (and NPS trucks) shall obtain weigh tickets from state certified scales for each delivery made. Payment will be made on actual quantities received and accepted. TESTING: The successful contractor shall provide material samples to the government for evaluation upon award; delivery shall not commence until the government confirms the sample material conforms to the specifications.. VEGETATION MANAGEMENT: The control of noxious weeds shall be achieved through a weed management plan. All parties submitting quotes must have a source of material that has a current weed management plan that has been approved by the local county weed board and Yellowstone National Park. All plans require one annual inspection by park staff during the growing season (June - August) prior to the sale of material. Parties submitting quotes must provide documentation of the most recent weed inspection by Yellowstone National Park staff. The weed inspection will designate a pit in one of three rating categories: acceptable, conditionally acceptable, or unacceptable. Material from a pit designated as unacceptable can be used if it is heat treated to 300 degrees Fahrenheit and promptly transported from the quarry to the park or a pre-approved weed free storage area to prevent possible weed contamination. The following is a listing of gravel pits currently approved by the Greater Yellowstone Coordinating Committee and tentatively designated as conditionally acceptable by the National Park Service. Gallatin County (MT):Nuss Pit (TMC) - BStorey Gravel(TMC) - BZuelke - B Madison County (MT):DSL Pit - B Park County (MT):Brogan Sand & Gravel - BDan/Due Nelson (Knife River) - BDurgan Rock Pile - BSTS Gravel (Fisher) - B The control of noxious weeds shall be achieved by the following method: HAULING: All vehicles and equipment to be used in Yellowstone National Park shall be thoroughly pressure washed prior to arrival. Equipment shall be inspected at the appropriate park entrance station by a designated park employee and only clean equipment shall be permitted into the park. Particular attention must be shown to the under carriage and any surface where soil containing exotic weed seeds may exist. All loaded trucks and trailers shall be covered (tarped) when loaded. These efforts are critical to prevent the introduction and establishment of non-native plant species into the park. Equipment inspection will be scheduled by the maintenance office and take place at the park entrance stations. Inspection records shall be maintained by the park service. Equipment found operating in the park that has not been inspected shall be dead-lined and subject to a citation. Copies of the referenced Montana Specifications may be obtained from the Montana Department of Highways, Highway Building, Helena, MT 59620. INFORMATION TO BE SUBMITTED BY CONTRACTOR: Item 001, Aggregate, delivered, per ton (3,600 tons): $_______ x 3,600 = $___________ Item 002, Aggregate, supplied, per ton (3,600 tons): $_______ x 3,600 = $___________ Total Price: $_____________ Business Name: ____________________________________ DUNS #: ___________________ Business Address: _____________________________________________________________ Business Phone: _______________________________ FAX: ___________________________ Email Address: ___________________________________________ Offeror Name: ______________________________________ Date: _____________________ Offeror Signature: ______________________________________ 3) CLAUSES AND PROVISIONS Offerors must review and comply with the FAR Provisions/Clauses which apply to this solicitation. The full text of these may be accessed electronically at the website: https://www.acquisition.gov/far/. The following provisions and clauses are specifically referenced in this acquisition and are required in the response to this solicitation. They will remain in full force in any resultant award: 52.211-17, DELIVERY OF EXCESS QUANTITIES; 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION OF COMMERCIAL ITEMS, Paragraph "a" of the provision is hereby amended with the following: "The government reserves the right to evaluate quotes and award a contract without discussions with offerors. Quotes shall be evaluated on the basis of lowest priced, responsible/ responsive offer"; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, the offeror shall include a completed copy of this provision with their quote, or state that they are located on website: https://orca.bpn.gov; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS;The following clauses are added as an addendum to 52.212-4:FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE;FAR 52.252-6, AUTHORIZED DEVIATIONS IN CLAUSES; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS, applies to this acquisition including 52.222-3, Convict Labor, 52.225-13, Restriction on Certain Foreign Purchases, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, and incorporating the following Paragraph (b) clauses:52.219.06, Notice of Total Small Business Set-Aside;52.222-19, Child Labor-Cooperation with Authorities and Remedies;52.222-21, Prohibition on Segregated Facilities;52.222-26, Equal Opportunity;52.222-35, Equal Opportunity for Veterans;52.222-36, Affirmative Action for Workers with Disabilities;52.225-01, Buy American Act (Supplies);52.232-33, Payment by Electronic Funds-Central Contractor Registration; EXECUTIVE ORDER 13513 - PROHIBITION ON TEXT MESSAGING AND USING ELECTRONIC EQUIPMENT SUPPLIED BY THE GOVERNMENT WHILE DRIVING. Prospective contractors shall be registered in the electronic Central Contractor Registration Database (www.bpn.gov/ccr) prior to award of a government contract. Offerors are further advised that failure to register in this Central Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574115016/listing.html)
 
Place of Performance
Address: Yellowstone National ParkYellowstone NP, WY 82190
Zip Code: 82190
 
Record
SN02438520-W 20110505/110503234253-835ed86265ce0bb7d9a82bae157ce7f0 (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.