SOLICITATION NOTICE
V -- Blanket Purchase Agreements to Furnish, Haul, and Tailgate Spread or Stockpile Crushed Aggregate on an As-Needed, Competitive Basis, George Washington & Jefferson National Forests - Blanket Purchase Agreement
- Notice Date
- 2/28/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484110
— General Freight Trucking, Local
- Contracting Office
- Department of Agriculture, Forest Service, R-8 Ohio River Basin - George Washington-Jefferson NF, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019, United States
- ZIP Code
- 24019
- Solicitation Number
- AG-3395-S-13-0024
- Point of Contact
- Laura M. Ingram, Phone: 540-265-5113
- E-Mail Address
-
lauraingram@fs.fed.us
(lauraingram@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- Sample Task Order Form Sample Proper Invoice AGAR CLauses to be Included with Task Orders Terms and Conditions of Commerical Item Purchase Orders Blanket Purchase Agreement This solicitation, identified as AG-3395-S-13-0024, is issued as a Request for Quotation using simplified acquisition procedures. Issue date of this synopsis/solicitation is February 28, 2013. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. The George Washington and Jefferson National Forests in Virginia (GWJ) is seeking to form Blanket Purchase Agreements with businesses to furnish all labor, equipment, supervision, transportation, and incidentals to furnish, deliver, and tailgate spread or stockpile crushed aggregate on Forest Service roads in compliance with contract terms, specifications, and provisions. RESPONSES WILL BE DUE BY 4:30 p.m., March 29, 2013. • Award of a Blanket Purchase Agreement will be based upon prices submitted, past performance and experience. Three to five BPAs are expected to be awarded for each District (the Government reserves the right to award more or fewer depending upon responses received). • Work may be awarded non-competitively to BPA holders under the micro-purchase threshold of $3,000. Work will be competed as described in the Blanket Purchase Agreement among the BPA holders for each District between $3,000 and $150,000. (Vendors will be able to make changes to unit prices bid in response to changing market conditions via letter modification to the Contracting Officer prior to award of task orders). • Single Task Orders could range from $2,500 to as much as $150,000, depending on the circumstances necessitating the order and the work needing to be accomplished. • Estimated dollar value of work to be ordered is expected to range from approximately $10,000 to $75,000 per District per year. • ACTUAL value of orders placed under an agreement will vary significantly within these numbers, depending on contingencies such as unusually severe weather in one area, available budget, and evolving management priorities. • Effective period of each agreement will be five years or until the total spent under the agreement is $1,000,000 (whichever is sooner), or until termination of the agreement in writing by either the Government or the Vendor. • Blanket Purchase Agreements are not binding contractual documents, but Task Orders awarded under the Agreements will be binding contracts. • A solicitation for new vendors interested in participating in the competitive BPA competitive for this work will be issued in Fiscal Year 2014, and in each succeeding year, in response to which new agreements may be added to the competitive pool. This will be the only solicitation for vendors interested in holding a BPA advertised during Fiscal Year 2013. ALL VENDORS MUST HAVE AN ACTIVE REGISTRATION IN THE SYSTEM FOR AWARD MANAGEMENT (http://www.sam.gov) in order to receive an executed Blanket Purchase Agreement from this solicitation. DESCRIPTION OF REQUIREMENT: Crushed aggregate will be hauled to Forest Service Roads or project locations in Virginia, West Virginia or Kentucky on an as-needed, competitive basis. The quantity, gradation, and delivery location will be indicated per issuance of Task Orders. Actual quantities of aggregate to be furnished and hauled will be based on prices submitted and funds available at time of need. LOCATION AND DESCRIPTION OF WORK Work will occur within the administrative boundaries of the George Washington and Jefferson National Forests. The two national forests contain nearly 1.8 million acres, including 1,664,110 acres in Virginia, 123,629 acres in West Virginia, and 961 acres in Kentucky. The forest headquarters is the Forest Supervisor's Office in Roanoke, Virginia. The GWJ is managed for multiple uses and provides many products and benefits. Developed recreation opportunities are offered at over 200 sites on the forests (including campgrounds, picnic areas and boat launches), along with nearly 2,200 miles of trails, and 1,700 miles of open roads. Elevations range from 5,729 feet at Mount Rogers to 515 feet along the South Fork of the Shenandoah River. The forests have approximately 1,250 miles of single lane (including turnouts/turnarounds) aggregate, improved native and native surfaced roads; 100 miles of two lane aggregate, improved native and native-surfaced roads and 100 bridge structures. Most roads are located in forested areas with heavy vegetation beside and overhead of roads. Three to five BPAs are expected to be awarded per Ranger District. Interested Vendors may receive agreements for more than one District. The Forests consist of the following Ranger Districts: Clinch Ranger District, 9416 Coeburn Mountain Road, Wise, VA 24293. Virginia Counties: Dickenson, Lee, Scott, Wise. Kentucky Counties: Letcher and Pike. Mt. Rogers National Recreation Area, 3714 Highway 16, Marion, VA 24354. Virginia Counties: Bland, Carroll, Grayson, Smyth, Tazewell, Washington, Wythe. Eastern Divide Ranger District, 110 Southpark Drive, Blacksburg, VA 24060. Virginia Counties: Bland, Botetourt, Craig, Giles, Montgomery, Pulaski, Roanoke, Tazewell, Wythe. West Virginia Counties: Monroe. Glenwood-Pedlar Ranger District, 27 Ranger Lane Natural Bridge, VA 24579. Virginia Counties: Amherst, Augusta, Bedford, Botetourt, Nelson, Rockbridge. James River Ranger District, 810A Madison Avenue, Covington, VA 24426. Virginia Counties: Alleghany, Botetourt, Rockbridge. West Virginia Counties: Monroe. Warm Springs Ranger District, 422 Forestry Road, Hot Springs, VA 24443. Virginia Counties: Bath, Highland. Lee Ranger District, 95 Railroad Avenue, Edinburg, VA 22824. Virginia Counties: Frederick, Page, Rockingham, Shenandoah, Warren; West Virginia Counties: Hampshire, Hardy. North River Ranger District, 401 Oakwood Drive, Harrisonburg, VA 22801. Virginia Counties: Augusta, Bath, Highland, Rockbridge, Rockingham. West Virginia Counties: Pendleton. DELIVERY: Start date and contract time for each task order shall be determined by the CO at the time of issuance of the order and will be weather dependent; coordination with other Forest Service contract work may be required. Placement of aggregate shall be as directed by the Forest Service on-site representative. In place aggregate shall be compacted by operating equipment over the full width of the placement until visible compaction ceases. Delivery times shall be scheduled so as to arrive at placement locations between the hours of 8 a.m. and 5 p.m. Monday through Friday unless prior arrangements have been agreed upon. There may be individual days or a series of days when delivery is not needed during the task order period of performance. EQUIPMENT: Trucks used for hauling the aggregate material shall have a clean, tight bed. A minimum payload capacity per truck of 15 tons is strongly preferred. In rare circumstances, in certain locations, trucks with payloads of 10-12 tons. MAY be considered acceptable, but the Government reserves the right to refuse delivery using trucks with payloads less than 15 tons at any time. The number of trucks required per task order will vary from one to three. INSPECTION: Inspection of equipment shall be allowed during all segments of the delivery process. Acceptance of the in-place aggregate shall be contingent upon approval by the Forest Service. Materials and in-place product shall comply with VDOT specifications. MEASUREMENT: Certified weight tickets for the aggregate delivered and placed as directed will be the basis for payment. Awarded Task Orders will be subject to all terms and conditions described in the attached Blanket Purchase Agreement. WHAT TO SUBMIT TO THE CONTRACTING OFFICE: • Page 1 of the attached sample Blanket Purchase Agreement form with all of your company's information filled out. • Page 9-10, Representations and Certifications • Page 10-11 of the attached sample Blanket Purchase Agreement with the signature of a person capable of obligating your company when task orders are issued. • Pages 12-15 with unit prices for aggregate and an associated per ton/mile hauling charge (Only quote prices for the Districts where you would want to work.) Responses to this solicitation in person, by email (lauraingram@fs.fed.us), by fax (540-265-5109), or by mail to USDA, Forest Service, ATTN: Laura M. Ingram, 5162 Valleypointe Parkway, Roanoke, VA 24012, are due by 4:30 p.m., March 29, 2012. AWARD: Award will be made on basis of Best Value to the Government, price and other factors considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/24125d0cf0909b8b8113e79b1148a779)
- Place of Performance
- Address: George Washington & Jefferson National Forests, Roanoke, Virginia, 24019, United States
- Zip Code: 24019
- Zip Code: 24019
- Record
- SN02998575-W 20130302/130228234806-24125d0cf0909b8b8113e79b1148a779 (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 |