SOLICITATION NOTICE
91 -- GSB88 Fog Seal Oil, Yellowstone National Park.
- Notice Date
- 5/26/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
- ZIP Code
- 82190
- Solicitation Number
- N1574115017
- Response Due
- 6/9/2011
- Archive Date
- 5/25/2012
- Point of Contact
- Andy H. Fox Contract Specialist 3073442149 andy_fox@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
- GSB88 Fog Seal Oil for Yellowstone National Park5/26/2011 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Quote number N1574115017. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6 and supplemented with additional information. The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the offeror providing the best value to the Government. NAICS code: 324121; Small business size standard: 500 employees. The proposed contract is 100% set-aside for small business concerns. All responsible small business concerns may submit an offer which shall be considered by the National Park Service (NPS). The anticipated award date is on or about July 9, 2011. Address questions regarding this solicitation to Andy Fox at Andy_Fox@nps.gov or 307-344-2149. 2) STATEMENT OF WORK: Line Item #1: The contractor shall supply, transport, and deliver approximately 30,976 gallons of GSB88 Fog Seal Oil to Yellowstone National Park, between Grant Village and the South Entrance of Yellowstone National Park. The delivery of oil to Yellowstone National Park will be in 25 ton maximum loads, with total truck length not to exceed 75 feet in total length of the unit. Anticipated delivery: 7/25/2011 - 8/5/2011. National Park Service personnel will coordinate with contractor times of delivery, date of delivery and amount of oil per day. Line Item #2: The contractor shall supply, transport, and deliver approximately 7,040 gallons of GSB88 Fog Seal Oil to Tower Junction in Yellowstone National Park. The delivery of oil to Yellowstone National Park will be in 25 ton maximum loads, with total truck length not to exceed 75 feet in total length of the unit. Anticipated delivery: 8/1/2011 - 8/5/2011. National Park Service personnel will coordinate with contractor times of delivery, date of delivery and amount of oil per day. GSB-88 Emulsified Sealer/Binder is a chemically engineered asphalt pavement sealer/binder comprised of a cationic emulsion of Gilsonite Ore, and specially selected plasticizers. This chemical colloid stabilized emulsion has been specifically formulated for sealing asphalt parking lots, city streets, county roads, airport taxiways, and airport parking aprons. GSB-88 provides a durable, yet flexible top coat, while special plasticizers and oils penetrate and rejuvenate asphalt pavements. The result is an emulsified sealer/binder that restores vital components to asphalt pavements lost during the aging and oxidation process. The gilsonite seal provides a long wearing anti-oxidative seal for the surface of the asphalt pavement. GSB-88 beautifies asphalt pavements by drying to an absolute black color. Specifications: GSB-88 is available in either a concentrate or ready to use form. The concentrate form allows large shipments via tank truck or railroad tank car. The concentrate form must be diluted with water prior to application.Specifications for GSB-88 Concentrate are as follows:Saybolt Viscosity at 77F (25C) ASTM 0-24420 to 100 secondsResidue by Distillation, or Evaporation57% min.Sieve test ASTM 0-244 (two tenths of one %)0.2%5 day Settlement test ASTM 0-2445.0% max.Particle charge (1) ASTM 0-244Positive Specifications for GSB-88 Ready-to-Apply:Saybolt Viscosity at 77F (25C) ASTM 0-24410 to 50 sec.Residue by Distillation, or Evaporation28% to 42%Pumping Stability test (2)Pass Tests on Residue from Distillation, or Evaporation:Viscosity astm 275F (135C) ASTM 0-44021750 cts max.Solubility in 1,1,1 trichloroethylene ASTM 0-204297.5% min.Penetration ASTM 0-550 dmm max.Asphaltenes ASTM 0-200715% min.Saturates ASTM 0-200715% max.Polar Compounds ASTM 0-200725% min.Aroma Period of Performance: The contractor shall be capable of delivering the quantity of materials noted for each line item during the delivery dates noted for each line item. The Government reserves the right to modify the delivery dates noted for each line item to allow for delivery prior to September 30, 2011. The contractor shall coordinate the exact dates and times of delivery with the National Park Service, at least one week in advance. Delivery: The work shall consist of delivery of GSB88 Fog Seal Oil at a 1:1 dilution ratio to Yellowstone National Park. The contractor shall adhere to all roadway use regulations. The contractor shall deliver oil to the approximate locations noted in the line items above. The contractor shall coordinate the exact dates and times of delivery with the National Park Service in advance. During the period of performance, the National Park Service shall contact the contractor to place orders for specific amounts of oil. The contractor shall insure total for all amounts ordered and delivered does not exceed the amount noted in the contract line items. The contractor's schedule shall allow the NPS a 3 hour time span from the time the contractor's delivery trucks arrive at the project site to the time the NPS is actually able to accept delivery and release the trucks. Demurrage charges for extra time the oil transports are held beyond 3 hours, costs for holding a tanker overnight, and return to plant charges will be negotiated when identified and processed by modification as change orders. Submittals: At the time of delivery and with each invoice the contractor shall provide trucking manifests which shall serve as contractor certification as to the number of gallons delivered. 3)CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. Provisions and clauses noted below may be accessed at http://www.acquisition.gov/far/index.html. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of offers meeting or exceeding the acceptability standards for non-price evaluation factors. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The offeror must receive at least a satisfactory past performance rating by the National Park Service. The National Park Service will evaluate past performance based on, the Government's knowledge of offeror's past performance, and / or references obtained from any other source. Each offeror shall submit at least three references for similar work that they have performed that is also of similar magnitude as this project. Each reference shall contain the company that the contract was with, a contact name and phone number, a contract number and a brief description of the work performed. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: all Offerors shall complete and submit the provision to the Contracting Officer with their offer if they do not have an active listing in ORCA (Online Representations and Certifications). Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.222-50, 52.233-3, 52.233-4, 52.203-6 Alt I, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-9, 52.219-14,52.219-16, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-9, 52.223-18, 52.225-3, 52.225-13, and 52.232-33. Clause 52.211-16, Variation in Quantity. applies to this acquisition. (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 10 Percent increase10 Percent decreaseThis increase or decrease shall apply to each quantity specified in the delivery schedule. Clause 52.217-7 Option for Increased Quantity-Separately Priced Line Item, applies to this acquisition: The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within either at the time of award or at any time prior to end of the period of performance. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. The notice to exercise the option will be provided to the contractor at least 14 calendar days prior to the start of the required delivery period. Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while DrivingExecutive Order 13513, Federal Leadership On Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.access.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government. 4) PROPOSAL: Solicitation: N1574115017, GSB88 Fog Seal Oil for Yellowstone National Park Due: 4:00 pm Mountain Time, Thursday, June 9, 2011 Submit to: E-mail: Andy_Fox@nps.gov or Fax: 307-344-2079. DATE: _____________________________________________________________________________________; CONTRACTOR: ______________________________________________________________________________; ADDRESS: _________________________________________________________________________________; DUNS Number: ______________________________________________________________________________; Contact Name: ______________________________________________________________________________; Phone: _____________________________________________________________________________________; Fax: _______________________________________________________________________________________; E-mail: _____________________________________________________________________________________; Base Proposal Line Items: Line Item #: 1, GSB88 Fog Seal Oil to Yellowstone National Park between Grant Village and South Entrance, Estimated Quantity: 30,976 gallons, Units are in 1 gallon increments, Unit Price: $______________, Extended Price: $__________________; Line Item #: 2, GSB88 Fog Seal Oil to Yellowstone National Park to Tower Junction, Estimated Quantity: 7,040 gallons, Units are in 1 gallon increments, Unit Price: $______________, Extended Price: $__________________ ; TOTAL: $_______________________ General Notes1. Offerors shall submit a price for all line items; failure to do so may render the offer unacceptable.2. On lump-sum line items, provide total price only.3. If no item exists for a portion of the work, include the price in a related line item.4. In case of error in extension of prices, unit price governs.5. In case of error in summation, the total of the corrected amounts govern.6. Quoters acknowledge that estimated quantities are not guaranteed, and are solely for the purpose of proposal evaluation, and final payment for all Unit Price items will be based on actual quantities, determined as provided in the Contract Documents.8.The contractor shall not exceed the estimated quantities unless first receiving a written approval from the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1574115017/listing.html)
- Place of Performance
- Address: Yellowstone National Park, WY.
- Zip Code: 82190
- Zip Code: 82190
- Record
- SN02457551-W 20110528/110526234401-4a7e1dee51aee1480d9d7d2efcc21897 (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 |