Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2015 FBO #5132
SOLICITATION NOTICE

Z -- Crack Seal and Stripe Roads and Parking Areas at Lyndon B. Johnson NHP

Notice Date
12/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
NPS, IMR - Santa Fe MABO 1100 Old Santa Fe Trail Building P.O. Box 728 Santa Fe NM 87505 US
 
ZIP Code
00000
 
Solicitation Number
P16PS00215
 
Response Due
1/21/2016
 
Archive Date
2/5/2016
 
Point of Contact
Wagner, Marsha
 
Small Business Set-Aside
Total Small Business
 
Description
IGF::OT::IGF LYJO-STRIPE RANCH ROADS AND PARKING : The work consists of furnishing all labor, material, equipment and incidentals to complete crack sealing ranch roads and parking areas. Stripe ranch roads and parking by matching approximately 22,000 linear feet of 4 inch existing pavement marking and approximately 14 existing symbols all located at the LBJ Ranch, Stonewall, Texas, per the attached scope of work. Also, an option bid item to stripe Johnson City Parking areas by matching approximately 7,280 linear feet of 4 inch existing pavement markings and 11 symbols. Combined Synopsis/Solicitation P16PS00215 Stripe Ranch Roads and Parking Areas Lyndon B. Johnson National Historical Park This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. Solicitation number: P16PS00215 is issued as a Request for Quotations. This RFQ incorporated provision and clauses in effect through Federal Acquisition Circular 2005-78 Effective November 25, 2014. This acquisition is reserved exclusively for small business concerns. The NAICS code for this acquisition is 238990 and the size standard is $15 million. It is the contractor's responsibility to be familiar with applicable clauses and provisions. This Acquisition shall result in award of a firm fixed price contract. This acquisition is for crack sealing and striping the roads and parking areas at Lyndon B. Johnson National Historical Park. Specifications/Scope of Work Crack Seal and Stripe Roads and Parking Areas Lyndon B. Johnson National Historical Park December 2015 1.Location and Facilities: The Visitor Center/Headquarters (VC/HQ) building is located at 100 E. Ladybird Lane, Johnson City, Texas. Ladybird Lane is two blocks South of Main Street (US 290) and can be accessed via F Street or G Street. The LBJ Ranch, from park headquarters, can be accessed by taking Highway 290 westbound for fifteen miles, exiting on Texas Ranch Road 1. The roads are paved and in good condition. For more information see the Park website at http://www.nps.gov/lyjo. 2.General Requirements: This procurement consists of one (2) Contract Line (Bid) Items and one (1) Option. The work consists of furnishing all labor, material, equipment and incidentals to complete the proposed work. See map and summary tables for specific road and parking information. A.Contract Line Item 1: Stripe Ranch Roads and Parking Areas. Work consists of matching approximately 22,000 Linear Feet of 4 inch existing pavement marking and approximately 14 existing symbols. Markings are white or yellow. Symbols include directional arrows, BUS/RV ONLY, and handicap parking. Park can provide stencils for text. See map and summary table for specific locations. See section 634 for specifics. Submit traffic paint material data specifications for approval B.Contract Line Item 2: Crack, cleaning and sealing: Work consists of approximately 2000 Linear Feet of cracks along roadway and parking areas. Includes cleaning the existing surface of all loose material, dirt, or other deleterious substances by brooming or other approved methods. Place and finish sealant as specified in section 414 below. Submit material data specifications for approval C.Contract Line Item 3 (Option): Stripe Johnson City Parking Areas. Work consists of matching approximately 7,280 Linear Feet of 4 inch existing pavement marking and approximately 11 existing symbols. Markings are white or yellow. Symbols include directional arrows, stop bars, and handicap parking. Park can provide stencils for text. See map and summary table for specific locations. See section 634 for specifics. Submit traffic paint material data specifications for approval Work shall be conducted between the hours of 8:00 AM and 4:00 PM, Monday through Friday, and actual work dates and schedule shall be coordinated with the CO or COR at least ten (10) working days in advance. All material and equipment must be on-hand before any work takes place. Upon receiving Notice to Proceed, contractor shall begin work within 15 days. The work shall be completed within 30 days from notice to proceed. 3.Safety/Traffic Control: Safety is of highest concern to the Park. Work will be stopped if an unsafe action is noted. At no time shall the contractor operate equipment in an illegal or unsafe manner which may endanger others. The Contractor shall be responsible for all employee safety on the work site. The Contractor shall provide and insure the use of all required personal protective gear such as safety vests, hard hats, gloves, ropes, eye protection, hearing protection, harnesses, etc. The Contractor shall provide traffic control to insure the safety of our visitors as well as protection for the Contractor ¿s employees. All operations shall comply with applicable OSHA regulations and industry standards. Injuries/Accidents: The Contractor shall report all serious injuries (those requiring medical attention) or fatalities that occur on the work site to the COR as soon as possible. The contractor shall report all injuries to the public or damage to private property to the COR as soon as possible. 4.Product Handling: Storage of materials will be permitted only in areas designated by the Park. Storage of materials shall be in a location safely away from visitor use areas, but as close as possible to the work site. Ground disturbance and site management will be carefully controlled to prevent damage to vegetation, soils and archeological resources and to minimize air, water, soil, and noise pollution. Contractor shall provide traffic control. The Contractor shall keep the worksite neat, clean and free of waste materials and rubbish at all times. The Contractor shall comply with all legal load restrictions in the hauling of materials. 5.Site Visits: Site visits are strongly recommended and can be coordinated by contacting Rebecca Renaud, 830-868-7128 x 238, e-mail rebecca_renaud@nps.gov. 6.Submittals: 1.Proposal with quotation and narrative and references 2.Specifics as described in this scope of work upon award of contract. 7.National Park Service Points of Contact: Contractual - Contracting Officer: Marsha Wagner On-site - Contracting Officer's Representative (COR) Nick Crawford, 830-868-7128 x259, Nicholes_crawford@nps.gov Facility Manager Rebecca Renaud, 830-868-7128 x 238, Rebecca_renaud@nps.gov Lyndon B. Johnson NHP P.O. Box 329 Johnson City, TX 78636 8.Evaluation of Award: The award will be made to the responsible company, whose proposal represents the "best value" to the Government. The best value determination will be made on the basis of (1) Past Performance; (2) Price. Best value, as defines under FAR 2.101, means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Contractors are required to include a narrative response that explains how the work will be accomplished and provide reference regarding similar projects which they have completed within the past 5 years. All proposals will be rated based on past performance and price. The award may not necessarily be made to the Contractor submitting the lowest offer. One single award will be made as a firm fixed-price contract. 9.Completion of Work: Upon completion of this contract the contractor shall remove all equipment, tools, debris from project, etc. and shall leave the premises clean, neat, and in good condition. Payment: The Contractor shall supply a complete invoice to the COR in a timely manner for payment. Payment shall be made through the government electronic payment system and may take up to 30 days. 10.Other Information and Requirements: Map of Ranch (Area 1) and Johnson City (Area2), Road/Parking designations Section 634 Pavement Marking Summary Tables Section 414 Crack Seal Summary Table Section 634 PERMANENT PAVEMENT MARKINGS Construction Requirements 634.03 General. Match existing pavement marking configurations, or as directed by the CO. Place the centerline stripe along the existing striped centerline. Apply paint to the finished surface(s) after adequate curing period per the marking manufacturer's recommendation for the surface type being striped. Furnish written documentation from the manufacturer. 634.04 Requirements The Contractor may use, upon approval, permanent pavement marking materials and layouts meeting current state approved standards that are practiced in the region of the project in lieu of contract requirements, if the state standards meet the requirements of the MUTCD. The material substituted must be equivalent to that required in the specifications. 634.05 Waterborne Traffic Paint (Type B and C). Apply two coats. Apply the first coat at 107 square feet per gallon and the second coat at a rate of 107 square feet per gallon. Waterborne Traffic Paint. Daylight reflectance. (Without glass beads) (1) White, ASTM E 1347 84% relative to magnesium oxide standard (2) Yellow, ASTM E 1347 55% relative to magnesium oxide standard Measurement 634.13 Measure all painted centerlines, including solid and broken, edge lines, crosswalks, and parking lot striping by the linear foot. Measure the length of line applied along the centerline of each 4-inch-wide line applied regardless of color. Section 414 ASPHALT PAVEMENT CRACK AND JOINT SEALING Description 414.01 This work consists of sealing cracks and joints. Material 414.02 JOINT MATERIAL: Sealants, Fillers, Seals, and Sleeves (a) Joint sealants and crack fillers. Furnish a commercial certification identifying the batch and lot number, material, quantity of batch, date and time of manufacture, and the name and address of the manufacturer. (1) Joint and crack sealants, hot-applied, AASHTO M 324 for concrete and asphalt pavement (2) Crack filler, hot applied, for asphalt concrete ASTM D 5078 and Portland cement concrete pavements (3) For proprietary asphalt-rubber products, furnish the following: (a) Source and grade of asphalt binder; (b) Total granulated rubber content and mass, as percent of the asphalt-rubber mixture; (c) Granulated rubber type(s) and content of each type (if blend); (1) Mass as a percent of combined rubber; and (2) Gradation of granulated rubber. (d) Type of asphalt modifier, if any; (e) Quantity of asphalt modifier and mass as a percent of asphalt binder; (f) Other additives; (g) Heating and application temperatures; and (h) Manufacturer's recommended application procedures. (4) Elastomeric joint sealant ASTM C 920, type M, grade P, class 25, use T1 or T2 Provide sealant matching the color of the adjacent sidewalk. Conform to the sealant manufacturer's recommendations for use of primers. (5) Flexible cellular joint filler ASTM D 1056, type 2, grade 3, 4 or 5 Construction Requirements 414.03 Equipment. Furnish equipment with the following capabilities: (a) Hot-compressed air lance. A lance capable of providing clean, oil-free compressed air at a volume of 100 cubic feet per minute at a pressure of 120 pounds per square inch and at a temperature of 2000 ºF. (b) Application wand. A crack sealant applicator wand attached to a heated hose that is attached to a heated sealant chamber. The temperature controls shall maintain temperature of the sealant within manufacturer's tolerances. (c) Heating kettle. An indirect-heating-type double boiler with the space between the inner and outer shells filled with oil or other heat transfer medium capable of constant agitation. Provide an accurate and calibrated thermometer having a range from 200 to 600 ºF in 5 ºF graduations. Locate the thermometer such that the temperature of the joint sealant may be safely checked. (d) Squeegee. A hand-held squeegee for ensuring that the crack is filled. 414.04 Crack Cleaning and Sealing. Clean the existing surface of all loose material, dirt, or other deleterious substances by brooming or other approved methods. Clean all cracks with an average opening of 1/4 inch or more to make a sealant reservoir to the depth of the crack or at least 3/4 inch deep. When using the hot-compressed air lance, keep it moving so as not to burn the surrounding pavement and the joint. Place and finish sealant within 5 minutes after heating with the hot-compressed air lance. For cracks with a 1-inch width or less, seal with hot-poured elastic sealant. Immediately screed the joint sealant to 1/8 inch to 1/4 inch below the elevation of the existing surface. A tack preventative material may be used to allow earlier opening to traffic. Provide the CO with product information for approval prior to its use. For cracks with a width greater than or equal to 1 inch, contact CO. Basis of Award: Basis of award will be made considering the Lowest Price Technically Acceptable (LPTA), i.e, the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. There shall be no trade-offs. 52.212-1 Instructions to Offerors - Commerical Items. (Jul 2013) FAR 52.212-2, Evaluation-Commercial Items is applicable. The Government intends to award a fixed-price contract without discussions with offerors. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation has the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. NON-PRICE FACTORS: 1.Past performance in meeting delivery time. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of Offeror's past performance, and /or references obtained from any other source. Offerors are instructed to provide a list of 3 past contracts/projects that they consider similar in nature. List must provide description, $ amount, date, contact name, contact phone number and/or email. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR PROVISION AND CLAUSES The following Federal Acquisition Regulations (FAR) and its supplements, provisions and clauses apply to this acquisition. 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.212-3 Offeror Representations and Certifications-Commercial Items. (Nov 2013) (to be completed and provided with quotation unless ¿Certs & Reps ¿ section of the contractor's www.sam.gov record is completed in full) If and offeror is not yet registered in SAM, the offeror can fill out Attachment B ¿ 52.212-3 Offeror Representations and Certifications (filled completely). 52.212-4 Contract Terms and Conditions - Commercial Items. (Sep 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Jan 2014) Within 52.212-5 Applicable clauses are the following: 52.203-6 Restrictions on Subcontractor Sales to the Government. 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns. 52.219-13 Notice of Set-Aside Orders 52.219-14 Limitations on Subcontracting. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (Feb 1999). 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37 Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. 52.222-41 Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.225-1 Buy American Act- Supplies 52.225-3 Buy American- ¿Free Trade Agreements-Israeli Trade Act. (X) Alt ll 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (DEC 2012) 52.232-33 Payment by Electronic Funds Transfer ¿ System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisition.gov/far DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Upload company invoice with IPP submission The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. DOI TEXT MESSAGING Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving (October 2009) Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving (October 2009) Executive Order 13513, Federal Leadership On Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (Ref: http://edocket.access.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately bans text messaging while driving company-owned or rented vehicles, government owned or leased vehicles, or while driving privately owned vehicles while on official government business or when performing any work for or on behalf of the government. INSTRUCTIONS TO OFFERORS: Quotations are due by Thursday, January 21, 2016, 2:00 pm CT. Quotation package must include: 1)Price Schedule completed on the attached Bid Schedule 2)Past Performance reference list 3)Completed 52.212-3 Offeror Representations or Certifications UNLESS Offeror maintains an active online ¿Certs&Reps ¿ section within their SAM record at http://www.sam.gov 4)To be eligible for award, offeror must have an active SAM record at http://www.sam.gov at the time of award. The offerors shall submit their quotation package to the contracting officer by email or mail. Email is the preferred. Mail or Email completed quotation to the attention of the Contracting Officer, Lyndon B. Johnson National Historical Park, P.O. Box 329, Johnson City, Texas 78636 (All quotes shall be received before the date of closing. Any information received after the designated time shall not be considered). All questions regarding this solicitation should be directed to: Contracting Officer, marsha_wagner@nps.gov Contracting Officer. PRICE SCHEDULE: SEE ATTACHED Offerors Name:_________________________ Offerors Address:_________________________ _________________________ Offerors DUNS:_________________________ Offerors Phone:_________________________ Offerors POC:_________________________ Offerors Signature:__________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS00215/listing.html)
 
Record
SN03966965-W 20151212/151210234949-3dc166af43183bc58220d0ac84581dbc (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.