Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
MODIFICATION

56 -- Cement

Notice Date
11/29/2011
 
Notice Type
Modification/Amendment
 
NAICS
327310 — Cement Manufacturing
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF-1318-2208
 
Response Due
12/13/2011
 
Archive Date
2/11/2012
 
Point of Contact
Markeda Mims, 6016342740
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(markeda.l.mims@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation. Request for Quotes are being requested and a written solicitation will not be issued. Requisition Number W81EWF-1318-2208 applies and is issued as a Request for Quotation. The North American Industry Classification System (NAICS) code is 327310. Size Standards is 750 Employees. FOB Destination: Vicksburg, MS. The US Army Corps of Engineers (USACE), Engineer Research & Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) - Airfields & Pavements Branch has a need for the following: Line Item 0001: Rapid-Setting Flowable Fill, Quantity 128, Unit: Cubic Yards, Unit Price: _______, Total Amount_______ Line Item 0002: Shipping of 128 Cubic Yards of Flowable Fill, Quantity 1, Unit: Lump Sum, Unit Price: _______, Total Amount_______ Line Item 0003: 200 lbs of Rapid-Setting Flowable Fill Packaged in Sealed 5-gallon buckets, Quantity 200, Unit: Pounds, Unit Price: _______, Total Amount_______ Line Item 0004: Shipping of 200 lbs of Rapid-Setting Packaged in Sealed 5-gallon buckets, Quantity 1, Unit: Lump Sum, Unit Price: _______, Total Amount_______ Line Item 0005: Option to provide additional Rapid-Setting Flowable Fill, Quantity 500, Unit: Cubic Yards, Unit Price: _______, Total Amount_______ Line Item 0006: Option shipping of additional Rapid-Setting Flowable Fill, Quantity 1, Unit: Lump Sum, Unit Price: _______, Total Amount_______ Purpose The Airfields and Pavements Branch (APB), Geotechnical and Structures Laboratory, US Army Engineer Research and Development Center (ERDC), in support of US Army and US Air Force missions, has been tasked to develop tactics, techniques, and procedures for rapidly repairing damaged airfield pavements. Previous testing at the ERDC has identified rapid-setting flowable fill as a potential solution to backfill damaged pavements providing minimal interruption of operation. Work One hundred and twenty eight (128) cubic yards of rapid-setting flowable fill are required to backfill 18 simulated bomb craters at the ERDC Poor House testing facility. Materials will be evaluated using both the traditional wet-mixed method and the accelerated dry-placement method. The traditional method includes the use of fixed volume "drum type" or volumetric mixers. The dry-placement method involves dispensing the aggregate-cementitious blend directly into the prepared excavation and metering the required mix-water over the backfill surface. The mix-water is allowed to percolate through the dry material matrix, hydrating the cementitious materials, providing a hardened layer with the properties of in-place flowable fill. ERDC researchers will examine the current rapid repair methods in addition to developing optimized procedures that minimize labor intensity, manpower, equipment, and construction time requirements. Specifications 1.Capability to be placed using both the traditional wet-mixed and dry-placement methods. 2.Ultimate 28-day compressive strength of 750 to 1,200 psi determined in accordance with ASTM International standard test method ASTM D 4832 when placed using the traditional method. 3.Seventy percent (70%) or more of the ultimate 28-day compressive strength must be achieved when placed using the dry-placement method. 4.Initial hardening must be completed in 30 minutes or less determined in accordance with ASTM D 6024. 5.Flow consistency of 8 to 12 inches determined in accordance with ASTM D 6103 when placed using the traditional method. 6.Minimal segregation (< 5%) of solid and liquid mixture proportions determined in accordance with ASTM C 1610 when placed using the traditional method. 7.Minimal linear shrinkage (< 2%) of hardened specimens determined in accordance with ASTM C 426 when placed using the traditional method. Requirements 1.Results of standardized testing, material safety data sheet (MSDS), and optimal mix-water proportions for both the traditional and dry-placement methods must be provided to the technical point of contact (POC) within 30 days of awarding contract. 2.The rapid-setting flowable fill must be packaged in one cubic yard lots capable of uncovered outdoor storage for 36 to 60 months. 3.Two hundred pounds (200 lb) of rapid-setting flowable fill packaged in sealed 5-gallon buckets must be provided in addition to the 128 cubic yards of required material to allow for laboratory verification of standardized testing results. 4.The contractor is responsible for shipping the rapid-setting flowable fill to the ERDC in Vicksburg, MS. 5.Materials shall be received by the ERDC no later than February 3, 2012. FAR Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Award shall be made to the responsible offeror whose proposal is determined to be Lowest Price Technically Acceptable in accordance with Clause 52.212-2 Evaluation -Commercial Items. Technical data is required to verify technically acceptable. Offerors must include a completed copy of the provision at FAR 52.212-3 Alt II, Offeror Representations and Certifications - Commercial Items with this offer. The Clause 52.212-4, Contract Terms and Condition - Commercial Items, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.203-6, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.225-1, 52.225-5, 52.225-13, and 52.232-33 If you are not registered in the CCR, an award cannot be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process acquisition. Vendors shall quote to provide and deliver the Rapid-Setting Flowable Fill materials specified. Quotes are due 13 December 2011 by 1600 hrs (4:00pm) Central Standard Time at ERDC Contracting Office, Attention: Markeda Mims, 3909 Halls Ferry Road, Vicksburg, MS 39180. Quotes will also be accepted by email: Markeda.L.Mims@usace.army.mil. Faxed quotes will not be accepted. For information concerning this solicitation contact Markeda Mims at 601-634-2740, or use the above email address. This requirement is 100% set-aside for Small Businesses under NAICS Code 327310. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones. Responses to this announcement must include pricing information and information to include contact names, addresses, phone numbers, contract numbers as well as a description of the supplies/services provided. Point of contact is Markeda Mims at: Markeda.L.Mims@usace.army.mil. Any questions shall be emailed to Markeda.L.Mims@usace.army.mil. A Question and Answer Document will be updated as questions arise. It is the interested Offerors responsibility to check the document for updated information. Questions may be submitted up until 9 December 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF-1318-2208/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN02629910-W 20111201/111129234136-8bd2c35ade432bef1f2ba71c714e6037 (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.