Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
SOLICITATION NOTICE

F -- Haul and Deliver Aggregate (Manti-LaSal National Forest) - Solicitation Documents

Notice Date
5/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
Department of Agriculture, Forest Service, R-4 Utah Acquisition Support Center, 2222 West 2300 South, Salt Lake City, Utah, 84119, United States
 
ZIP Code
84119
 
Solicitation Number
AG-84N8-S-17-0091
 
Archive Date
6/3/2017
 
Point of Contact
Tamera Draper, Phone: 435.896.1095, Daniel Luke, Phone: 435.630.3940
 
E-Mail Address
tdraper01@fs.fed.us, dluke@fs.fed.us
(tdraper01@fs.fed.us, dluke@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment J- 2 - Location Maps Attachment J- 1 - Service Wage Determination Solicitation Package The Manti-LaSal National Forest has a need for aggregate haul and delivery at different locations located on the forest. 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/quotations are being requested and a written solicitation is being issued through FBO. This solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ AG-84N8-S-17-0091 (refer to attached solicitation for all project details, clauses and provisions and the document cover sheet for a listing of all documents to be returned in relation to this solicitation). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This acquisition is 100% set-aside for Total Small Business. The associated NAICS code is 484220 with a size standard of $27.5. The line item description is as follows: Schedule of Items Statement of Work The Manti-LaSal National Forest has a need for aggregate haul and delivery at different locations located on the forest. Specific information related to each haul and delivery need is detailed below. Statement of Work for Pleasanat Creek Aggregate Haul The project is for the haul and delivery of 720 tons of Sanpete County purchased aggregate from Central Asphalt, Sand, and Gravel in Mt. Pleasant to stock pile approximately 7 miles south along NFSR 50150 - Skyline Drive from Intersection with HWY 31. Haul distance will be approximately 25 miles one way from pit stock piles. Haul and delivery will occur Monday - Thursday excluding holidays. This project contains options for additional haul and delivery of additional quantities to the stock pile. It also contains options for additional haul and deliver by end-dump spread of quantities out of the stock piles to select location within the first 2.5 miles of NFSR 50037 - Pleasant Creek/Straight Fork Road. Based on site conditions and the narrow nature of the road from the stock pile to NFSR 50037 - Pleasant Creek/Straight Fork Road, delivery is recommended to be with end dump trucks, but is at the discretion of the contractor. Project Location The project is located in Sanpete County, UT. - NFSR 50037 - Pleasant Creek/Straight Fork Canyon Road is approximately 8 road miles south along NFSR 50150 - Skyline Drive from Intersection with HWY 31. Utah. Travel north from Central Asphalt, Sand and Gravel to Fairview, then North East on HWY 31 to interstation with NFSR 50150 - Skyline Drive, then south on NFSR 50150 - Skyline Drive to Intersection with NFSR 50037 - Pleasant Creek/Straight Fork Canyon Road. Contract Time/Delivery Estimate start date is August 14, 2017, weather permitting. Specifications The following Project Specifications are applicable to this project 304.05 Delivery. Deliver aggregate Monday through Thursday, 7 AM to 6 PM to stock pile to be piled by Forest Service. Keep enough material at stockpiles to ensure trucks hauling from stockpiles have required quantities. Haul aggregate from Stock Pile Monday through Thursday, 7 AM to 6 PM piles to select location within the first 2.5 miles of NFSR 50037 - Pleasant Creek/Straight Fork Road. Place aggregate in windrows or end-dump-spread, based on designated spread lengths. Operate the hauling equipment over the previously placed aggregate in a dispersed manner to minimize rutting or uneven compaction. Provide a minimum of 4 haul trucks a day. 304.06 Measurement. Method Use the method of measurement that is DESIGNATED IN THE SCHEDULE OF ITEMS. 304.07 Payment. Basis The accepted quantities will be paid for at the contract unit price for each PAY ITEM DESIGNATED IN THE SCHEDULE OF ITEMS. PAY ITEM PAY UNIT Haul and Deliver Aggregate, units.................................. Tons Statement of Work for Six Mile Canyon Aggregate Haul The project is for the haul and delivery of 1888 tons of Sanpete County purchased aggregate from Central Asphalt, Sand, and Gravel in Mt. Pleasant to stock piles in storage locations along Six Mile Canyon Road that are approximately 1 mile below the Manti-La Sal National forest boundary. Haul distance will be approximately 34 miles one way from pit stock piles. It will also be for the haul of 4000 tons of aggregate from the stock piles in the storage locations to select locations along the first 8 miles of NFSR 50047 - Six Mile Canyon road above the Manti-La Sal National forest boundary. Based on site conditions and the narrow nature of the road above the forest boundary, delivery is recommended to be with end dump trucks, but is at the discretion of the contractor. Haul and delivery will occur Monday - Thursday excluding holidays. This project also contains options for additional haul and delivery of additional quantities to the stock piles in the storage locations and additional haul of quantities out of the stock piles to the first 8 miles of NFSR 50047 - Six Mile Canyon road above the Manti-La Sal National forest boundary. Project Location The project is located in Sanpete County, UT. - NFSR 50047 - Six Mile Road is approximately 4 road miles east of Sterling, Utah. Travel east on Palisade Road to Six Mile Canyon Road. Contract Time/Delivery Estmated start date is July 10, 2017, weather permitting. Specifications The following Project Specifications are applicable to this project 304.05 Delivery. Deliver aggregate Monday through Thursday, 7 AM to 6 PM to stock piles at storage locations to be piled by Forest Service. Keep enough material at stockpiles to ensure trucks hauling from stockpiles have required quantities. Haul aggregate from Stock Piles Monday through Thursday, 7 AM to 6 PM from stock piles at storage location to first 8 miles of road above forest boundary. Place aggregate in windrows or end-dump-spread, based on designated spread lengths. Operate the hauling equipment over the previously placed aggregate in a dispersed manner to minimize rutting or uneven compaction. Provide a minimum of 5 haul trucks a day. 304.06 Measurement. Method Use the method of measurement that is DESIGNATED IN THE SCHEDULE OF ITEMS. 304.07 Payment. Basis The accepted quantities will be paid for at the contract unit price for each PAY ITEM DESIGNATED IN THE SCHEDULE OF ITEMS. PAY ITEM PAY UNIT Haul and Deliver Aggregate, units.................................. Tons The provision at 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. The following addenda to this provision also apply to this acquisition: Instructions for the Preparation of Quotations Offerors shall submit with their quote a narrative describing its experience and technical capability as it relates to this requirement (refer to Section FAR 52.212-2 Evaluation - Commercial Items in the solicitation package). Offeror shall also provide at least three past performance references (including phone numbers) for projects completed in the past three (3) years that were similar to this requirement. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The evaluation criteria, listed under paragraph (a) of this provision, are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Approach Past Performance Safety Technical Capability and Approach: This factor evaluates the offeror's technical capability offered and the technical approach proposed to accomplish the work. The Government will consider the offeror's technical capability as well as experience of the entity, experience of key personnel/subcontractors and their performance on similar projects (as demonstrated through resumes, experience, education, certifications and narratives of similar scope projects). In evaluating the technical approach, the Government will consider the offeror's proposed project strategy and equipment identified for use and dedication to this project in order to determine the likeliness of success in performing the required effort. As part of the offeror's proposed strategy, the Government will consider strategies for work accomplishment, how the contractor plans to ensure that unanticipated delays, problems and changes are dealt with efficiently and effectively with minimum schedule disruption. The Government will review the contractor's proposed list of subcontractors, reviewing the work they will be performing and assessing their experience, education, certifications and narratives of similar scope projects. Past Performance: There are two aspects to the Government's evaluation of past performance. The first is to evaluate the offeror's past performance to determine how relevant and recent of previous projects accomplished by the offeror is to the effort to be acquired through this procurement. The second aspect of the past performance evaluation is to determine how well the offeror has performed on the contracts by reviewing the past performance narrative and by gathering information from current and previous customers of the offeror (as demonstrated through at least three past references for relevant projects). Government evaluators may avail themselves of various federal, state, and local past performance databases. The Government may research offeror performance on any federal, state, local, and commercial contract performance of the offeror that is known to the Government, but not included in the provided narrative or references. Additionally, personal experience and evaluator knowledge of the offeror's performance may be utilized. The Government will consider the relevance of past performance information obtained in relation to the scope of this procurement with respect to both a similar effort, and the length and scope, number, and complexity. Past performance, either positive or negative, which is considered by the Government to be more closely related to the scope of this effort, will be given additional weight in the evaluation process. NOTE: In accordance with FAR 15.305, in the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated either favorably or unfavorably in this area, but instead will receive a neutral rating in the area of past performance. Offerors that have relevant past performance and plan to supply references, please provide the following: Contractor's name, phone number and relevant work required in this solicitation. Safety: This factor considers the offeror's safety record, including reportable incidents/injuries; their safety plan with annotations of project specific modifications/revisions (for the past three years); to determine the likelihood of the offeror performing the required effort without any accidents or safety incidents. Technical, past performance and safety, when combined are approximately equal when compared to price The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall include a completed copy of the provision with their Quotation. The clause at 52.212-4, Contract Terms and Conditions-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 following FAR clauses, cited within the clause, apply to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111-117, section 743 OF DIV. C). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). 52.225-1, Buy American-Supplies (MAY 2014) (41 U.S.C. chapter 83). 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. Alternate III (MAY 2014) of 52.225-3. 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). This Statement is for Information Only: It Is Not A Wage Determination. Employee Class Monetary Wage--Fringe Benefits* GS 4 $14.07 - $18.28 ph GS 5 $15.74 - $20.46 ph 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). The following additional terms and conditions and contract requirements apply to this acquisition: 52.217-8 -- Option to Extend Services (Nov 1999) 52.217-9 - Option to Extend the Term of the Contract (MAR 2000) 52.223-2 - Affirmative Procurement of Biobased Products Under Service and Construction Contracts (SEPT 2013) 52.229-3 - Federal, State, and Local Taxes (FEB 2013) 52.236-7 - Permits and Responsibilities (NOV 1991) AGAR 452.211-75 Effective Period of the Contract (FEB 1988) 52.212-3 - Offer Representations and Certifications - Commercial Items (JAN 2017) AGAR 452.209 - 70 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction. (Deviation 2012-01) (SEPT 2015). Offerors shall include a completed copy of the provision with their Quotation. Offers are due by May 19, 2017 at 1:00 p.m. Offers received after the due date and time may or may not/will not be considered. Faxed or e-mail offers will not be accepted. Offers may be mailed or hand delivered to: Fremont River Ranger District ATTN: Tamera Draper, Contracting Officer 138 South Main Loa, UT 84747 For information regarding this RFQ, please contact: Tamera Draper, Contracting Officer (435) 896.1095
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/84N8/AG-84N8-S-17-0091/listing.html)
 
Place of Performance
Address: Manti-LaSal National Forest, Price, Utah, 84501, United States
Zip Code: 84501
 
Record
SN04490896-W 20170503/170501234428-3e54c9556da0f9a321588245faf73115 (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.