Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2011 FBO #3485
SOLICITATION NOTICE

56 -- Rip Rap Rock

Notice Date
6/8/2011
 
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
P11PS1C577
 
Response Due
6/14/2011
 
Archive Date
6/7/2012
 
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
GENERAL INFORMATION: 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) P11PS1C577. (This RFQ is a follow-on to P11PS11577, which has been cancelled due to a change in the requirement.) The National Park Service, Yellowstone National Park, has a requirement for 3,000 tons of rip rap material, with an option for up to an additional 2,000 tons, in 500 ton increments (based on availability of funds) per the following specifications. This material is to be supplied by the contractor for pick-up by the National Park Service for use in mitigating potential roadway damage from snowmelt run-off. Consequently time is of the essense, and supply of the initial 3,000 tons shall commence within 48 hours of contract award, with planned completion by July 8, 2011. Supply of the optional 2,000 ton balance will be completed by July 31, 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 212311/ 212312/ 212313/ 212319 with a size standard of 500 employees. 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 June 14, 2011 at 4:30 PM Mountain Time and shall be delivered by the specified time to the National Park Service. 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 an authorized company official and dated. Questions regarding this solicitation should be directed to Jay Tobin at 406-666-3321 or Jay_Tobin@nps.gov. Any award resulting from this solicitation will be a Firm-Fixed-Price type contract. SPECIFICATIONS: The rip rap material must conform to the following specifications: 1. Natural stone or rock processed for size and shape. Material shall not be concrete or other similar type of salvaged construction material. 2. Stone or rock shall consist of solid limestone material or similar hard, durable product, and shall not be shale, sandstone, or similar type of "soft" material. 3. Material shall be shaped angular and irregular with jagged sides or acute edges, and shall not be rounded stone or boulders from a streambed, shale, or stone with shale seams. 4. Color shall be grey, tan, beige, or reddish, and shall not be black. 5. Maximum dimension of each piece of stone or rock shall be 4ft x 4ft x 4ft. 6. Minimum dimension of each piece of stone or rock shall be 2ft x 2ft x 2ft. 7. The material may contain up to 20 percent smaller pieces of stone or rock, due to the quarry or shipping process. However, fine soil material, overburden, other soft - sandy - unconsolidated - spoil - or deleterious materials are not acceptable. 8. It is highly desired that the supply location be no farther than Livingston, MT (63 miles from Mammoth Hot Springs, WY.) However, alternate locations will be considered on the basis "best value" to the Government as defined below. MEASUREMENT AND PAYMENT: The contractor shall provide for weigh tickets from state certified scales for each load. Payment will be made on actual quantities received and accepted. 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 with 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 proof 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 unknown or unacceptable can be used if it is heat treated to 300 degrees Fahrenheit and promptly transported from the quarry to the park, or an approved weed free storage area, to prevent possible weed contamination. A list of weeds of concern can be obtained from Yellowstone National Park. INFORMATION TO BE SUBMITTED BY CONTRACTOR: Item 001 - Rip rap, supply only: Price per ton $_______ x 3,000 = $___________ Item 002 (Optional) - Rip rap, Supply only, up to 2,000 tons, in 500 ton increments: Price per ton $_______ x 2,000 = $___________ Total (up to 5,000 tons) = $___________ Business Name: ____________________________________ DUNS #: ___________________ Business Address: ______________________________________________________________ Business Phone: _______________________________ FAX: ___________________________ Email Address: ___________________________________________ Offeror Name: ______________________________________ Date: _____________________ Offeror Signature: ______________________________________ 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: 52.212-1, 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 providing the best value to the Government as follows: The total price of all material supplied by the contractor shall be adjusted to include the Government's transportation cost at an average rate of $2.15 per mile for every 11-ton load picked up at a location farther than Livingston, MT. Determination of the low offer will be made by taking each Offeror's base offer and adding as many of the optional 500 ton increments as available funds will permit. Only entire increments will be awarded; partial lots will not be considered"; 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; 52.225-01, 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/P11PS1C577/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY
Zip Code: 82190
 
Record
SN02467637-W 20110610/110608235139-b6b2ab8aedd5da0a274a9b8678522f3b (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.