Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2014 FBO #4516
SOLICITATION NOTICE

Y -- Asphalt Pad

Notice Date
4/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327320 — Ready-Mix Concrete Manufacturing
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF40239431
 
Response Due
5/5/2014
 
Archive Date
6/4/2014
 
Point of Contact
Vendeck M. Davis, 601-634-4091
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(vendeck.davis@us.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Requisition Number W81EWF40239431 is being issued as a request for quotes (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-72. This requirement is a 100% set-aside for Small Business Concerns under NAICS Code 327320 (SIC 1771) with a size standard of 500 Employees. All costs associated with delivery to Range 19, Milcreek Road, Fort Polk, LA shall be included in the quote. Purpose and Scope The US Army Corps of Engineers Research and Development Center (ERDC), requires an asphalt pad placed over an existing prepared test bed section for cratering experiments being conducted at Range 19, Fort Polk, LA. The asphalt test bed will complete a model of a typical paved road. From this model ERDC will collect cratering data that will be used to improve the crater analysis capability of the Caldera software program. According to ERDC's agreement with Ft. Polk structures and modifications to Range 19 are temporary. Once the road model has served its purpose the remains of the surface will be removed. DESCRIPTION OF SERVICES: Contractor shall provide all necessary labor, equipment and materials to construct an asphalt pavement section 100 ft long by 20 ft wide. The subgrade and base course will be prepared by the Engineering Research & Development Center prior to asphalt placement. Pavement thickness and layout is shown in Figure 1. See attachment. Contractor shall remove and properly dispose of all materials and equipment at the completion of the job PERIOD OF PERFORMANCE: The performance period for this contract will begin NLT 7 days after the award date. All deliverables must be completed within 14 days after start of performance period. PLACE OF PERFORMANCE: Range 19, Millcreek Road, Fort Polk, LA DESIGN SPECIFICATIONS: This section will make reference to different tables and sections of the latest version of the Louisiana Department of Transportation and Development Standard Specifications. Prime Coat: The contractor shall apply an approved asphalt prime coat to the existing base course in accordance with Section 505. The prime coat should penetrate the base, filling the voids. Plan priming operations so that there will always be an adequate amount of cured, primed base ahead of the surfacing operations; but not so far ahead that the base will become dirty or completely cured. Asphalt Cement: Superpave asphalt cement wearing course, Grade PG 70 22m is required for all asphalt sections. The asphalt cement must be laid in 2 inch compacted lifts. The total thickness of the finished compacted surface will be 2 inch and 4 inch, respectively, depending on the location (See Figure 1). The design of the Superpave mix must be in accordance with section 502.03. The compacted thicknesses shown in Figure 1 must be within a tolerance of minus 0 quote mark to plus 0.5 quote mark. The pavement edges must not deviate more than 1.5 quote mark of width. TESTING & QUALITY CONTROL: The US Army Engineer Research & Development Center reserves the right to perform inspections and tests to ensure materials are in compliance with contract specifications. The contractor shall keep accurate records, including proof of deliveries of materials for use in asphaltic concrete mixtures. Copies of these records shall be furnished to the technical POC upon request. Safety It is the responsibility of the contractor to ensure worker safety by informing the workers of any potential hazardous practices. Occupational Safety and Health Administration (OSHA) guidelines must be followed at all times for hazardous practices for handling and placing concrete. Workers are required to be informed of all hazardous materials and practices that may involve exposure to toxic materials in the workplace. Material Safety Data Sheets (MSDS) must be available to all workers at the work site. Award shall be made to the responsible offeror whose quote is determined to be Lowest Price Technically Acceptable. FAR Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors must include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 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 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.225-1, 52.223-18, 52.225-3, 52.225-13, and 52.232-33. Award can only be made to contractors registered in the SAM web page, https://www.sam.gov/portal/public/SAM/. Quotes are due 5 May, 2014 by 1200 hrs (12:00 pm) Central Standard Time. Quotes will only be accepted by email: vendeck.davis@usace.army.mil. Faxed quotes will not be accepted. For information concerning this solicitation contact LTC Vendeck Davis at the above email address. This requirement is 100% set-aside for Small Businesses under NAICS Code 327320. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF40239431/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN03330226-W 20140406/140404234452-261b40b8fb72f44b29530526ae1e90f2 (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.