SOLICITATION NOTICE
36 -- Asphalt Repair and Sealing
- Notice Date
- 7/2/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 324121
— Asphalt Paving Mixture and Block Manufacturing
- Contracting Office
- Department of Agriculture, Agricultural Research Service, South Atlantic Area, Tifton, GA, 2316 Rainwater Road, Tifton, Georgia, 31793, United States
- ZIP Code
- 31793
- Solicitation Number
- RFQ-13-4389-08
- Archive Date
- 8/21/2013
- Point of Contact
- Thomas D. Maze, Phone: 229-386-3496
- E-Mail Address
-
Tom.Maze@ARS.USDA.GOV
(Tom.Maze@ARS.USDA.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 FAR Subpart 12.6, as supplemented with additional information included this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number 13-4389-08 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-64. The NAICS code applicable to this acquisition is 324120. The small business size standard is 500 employees. This procurement is set aside for small business. Asphalt Repair and Sealing Coating 2013 USDA-ARS Byron, Ga. 1.0 Introduction The US Department of Agriculture is soliciting proposals for the repair and resealing of approximately 10439 square yards of asphalt roadway and parking lots at the Southeastern Fruit and Tree Nut Research Station located in Byron, Ga. The successful contractor shall provide all professional services necessary to successfully execute this contract in accordance with the requirements described herein. This work will include: A. Cleaning and preparation of cracks and all asphalt surfaces to receive new seal coating. B. Repairing and filling cracks in the asphalt surfaces. C. Applying a coal tar pitch emulsion seal coating system to the asphalt surfaces. D. Restriping, renumbering and labeling existing handicapped and conventional parking spaces. 2.0 General Requirements The Contractor shall - A. Make a site visit and take steps as may be necessary to ascertain the nature and general conditions that could affect the work and cost thereof. B. Perform an inspection of all work items, take their own measurements and develop their own materials requirements in accordance with the specification. Failure to verify the existing site conditions, underestimating quantities of materials required or cost shall not relieve the Contractor of the responsibility to complete the work as required. C. Provide all labor, supervision, equipment, materials and any other related items necessary to fulfill the obligations contained in this solicitation. D. Provide a designated site representative who is readily available to the Contracting Officers Representative (COR) any time work on this project is being performed at the site. E. Comply with the provisions set forth in the Davis-Bacon Act. The Contractor shall post all Equal Employment Opportunity, wage and other required posters in a prominent location at the work site. F. Submit original, signed payroll forms weekly to the COR for each employee and sub­ contractor employee involved in executing this work. G. Follow all Federal, State and local laws, codes and ordinances related to the execution of this work. H. Follow product manufactures' recommendations for all products used in this work. I. Be responsible for the removal and legal disposal of all materials, construction debris, and trash related to this work from government property. J. Be currently registered in the System for Award Management (SAM) at www.sam.gov. 3.0 Products A. Crack Sealant - Provide a crack sealant meeting ASTM Type 1 requirements and compatible with the selected seal coat. B. Seal Coat - Provide a grade CSS-1H coal tar pitch emulsion conforming to ASTM D2397. C. Mineral Aggregate - Clean silica sand D. Seal Coat Additives - Latex additive meeting ASTM D4866 requirements and compatible with the coal tar pitch emulsion. E. Traffic Paint -100% waterbome acrylic low VOC traffic paint. 4.0 Submittals Submit to the Contracting Officer (CO) for approval, manufacturers' product data sheets for the following products: A. Crack Sealant B. Seal Coat C. Seal Coat Additives D. Traffic Paint 5.0 Execution A. Crack Sealing- 1. Apply crack sealant in dry weather conditions when the ambient temperature is above 40 degrees Fahrenheit and rising. •2. Repair all cracks in the asphalt surface Y*" to %" wide. Surface and hairline cracks up to 1/8" wide do not require repair. •3. Mechanical wire brushing is to be used to clean shallow cracks up to %" wide and less than %" deep. •4. Router cracks 1/4" to %" wide with a depth of %" or greater. •5. Install a suitable size backer rod material into cracks greater than %" deep. •6. Thoroughly prepare and clean all cracks of oxidized pavement, loose aggregate and foreign debris with a compressed air heat lance immediately before installation of crack sealant. •7. Apply crack sealant into cracks and utilize a squeegee or sealing shoe to band the crack sealing material 2 to 3 inches wide over the crack and flush with the asphalt surface. •8. Utilize a hot-applied sealant applicator consisting of a double boiler, agitator style kettle equipped with a direct-connect, pressure-type extruding devise (hose) with a nozzle that will insert into the crack being filled. B. Seal Coating •1. Thoroughly clean and prepare all asphalt surfaces receiving seal coating utilizing self propelled rotary sweepers and blowers. •2. Protect surfaces of curbs, sidewalks and other structures adjacent to the area being seal coated to prevent spattering or marring. •3. Apply the seal coat in dry weather conditions when temperatures are above 50 degrees Fahrenheit and rising. •4. Apply the first application of the seal coat emulsion concentrate on the clean asphalt surface with an approved type of self propelled, pressure distributor, squeegee machine so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. In areas not accessible to mechanized equipment, spread emulsion utilizing approved squeegees by hand. •5. Apply the second coat of the emulsion material by spray. Equipment used shall be capable of spraying pavement sealer with sand added with continuous agitation and mixing capabilities to maintain homogenous consistency of the pavement sealer mixture throughout the application process. •6. The seal coat shall be applied at the approximate rates as shown below: Emulsion Sand Latex Water Application Rate Gal. Lb. Gal. Gal. Sy./Gal. ^Application 100 600-800 3-5 30-40 1.5 2 nd Application 100 600-800 3-5 30=40 2.25 7. Provide barricades to protect newly seal coated surfaces from traffic until cured. C. Paint Marking •1. All painted lines, numbers and handicapped symbols shall be repainted in the same colors and configuration as existed prior to the resealing. •2. Repaint center line hash marks on entrance road. •3. Repaint lines and renumber 54 existing conventional parking spaces in the employee parking lot. •4. Repaint lines on 8 conventional parking spaces and 1 handicapped parking space in the visitor parking lot. Repaint handicapped parking symbol on handicapped space. 6.0 Work Hours Work hours for this project shall be from 7:00 am to 5:00 pm EST, Monday through Friday, excluding Federal holidays. Weekend work will require prior, written approval from the Contracting Officer. 7.0 Site Visit To schedule a site visit, call Jeff O'Neal at 478-956-6431 or email at ieff.oneal@ars.usda.gov. 8.0 Definitions •1. ASTM - American Society for Testing and Materials •2. CO - Contracting Officer - Federal government employee with the sole authority to enter into, administer, and/or terminate contracts and make related determinations and findings. •3. COR - Contracting Officers Representative - a government official appointed by the contracting officer to provide daily administration and surveillance of a Federal Government contract. •4. VOC - Volatile Organic Compounds - Gases emitted from certain solids and liquids which ma\ have short and long term health effects. Estimated job is between $15,000 and $30,000. Quoted price shall include all material, installation and commissioning costs. Evaluation of quotations will be made based on price and past performance. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the government. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic transfer. This solicitation incorporated the following FAR clauses, provisions and addendums: 1.108(d)(3) Personal conflict of interest by employees of Government Contractors. Winning Offeror MUST be Registered in WWW.SAM.GOV and completed the representations and certifications. •52-212-1 Instructions to Offerors-Commercial item. 52-212-3 Offeror Representations and Certification-Commercial items: 52-212-4 Contract Terms and conditions-commercial items: 52-212-5 Contract Terms and Conditions required to implement statues or executive orders-commercial items. In paragraph (b) of 52.212-5, the following apply: 52.222-35 Equal Opportunity, 52.236-7 Permits, 52.236-12 Clean-up, 52.246-12 Inspection, 52-249-1 Termination, 52.222-50 Trafficking, 52.233-3 Protest, 52.233-4 Breach of Contract, 52.219-6 Small Business, 52-219-28 SB Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition, 52.222-22 Previous contracts, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action,52-223-1 Biobased product Certification, 52-223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts, 52.233-15 Energy Efficiency 52.223-16 IEEE 1680, 52.225-3 Buy American, 52.232.33 Electronic Payment, 52.225-13 Restrictions, 52.225-33. Davis-Bacon Act and General Decision Number: GA130005 (wage rate) will apply Vendor MUST send descriptive literature. The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the Inspection clause nor does it limit the Governments's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its response. Responses are 30 days from the date this notice is published in the FedBizOps by 4:00 PM local time, Aug.6, 2013 at USDA Agricultural Research Service, 2316 Rainwater Rd, Tifton, GA 31794 (or POB 748, Tifton, GA 31793). POC Tom Maze, Contract Specialist, 229-386-3496 or FAX 229-386-7225. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the government per FAR 13.106-2.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA/RFQ-13-4389-08/listing.html)
- Place of Performance
- Address: 21 Dunbar Road, Byron, Georgia, 31008, United States
- Zip Code: 31008
- Zip Code: 31008
- Record
- SN03105899-W 20130704/130702235418-707a8bb9d8d42dff51b80cee9908ceea (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 |