Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
SOLICITATION NOTICE

56 -- OLYM Rock - Purchase and Delivery of Crushed Rock

Notice Date
5/9/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212319 — Other Crushed and Broken Stone Mining and Quarrying
 
Contracting Office
NPS, PWR - OLYM MABO 600 E. Park Avenue Attn: Ron Forsberg 360-854-7221 Port Angeles WA 98362-6757 US
 
ZIP Code
00000
 
Solicitation Number
P17PS01275
 
Response Due
5/23/2017
 
Archive Date
4/30/2018
 
Point of Contact
Forsberg, Myron
 
E-Mail Address
Click to email Contracting Officer; Myron (Ron) Forsberg
(Ron_Forsberg@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote P17PS01275 - Rock Purchase and Delivery of Crushed Rock for Olympic National Park, WA 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; quotes are being requested and a written solicitation will not be issued. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94, 2005-95 / 01-19-2017. The RFQ is reserved for small businesses, NAICS Code 212319 Crushed and Broken Stone Mining and Quarrying contractors/vendors, with a small business size standard of 500 employees. The Government intends to make a Firm Fixed Price, Simplified Acquisition (FAR Part 13), Best Value Award to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The National Park Service encourages the participation of disadvantaged and women-owned businesses. We reserve the right to cancel this Request for Quotations. Interested quoters must be registered in the System for Award Management (SAM) database before an award can be made to them. If the quoter is not registered in SAM, they may do so through the SAM website at https://www.sam.gov/portal/SAM/ 1. Background: The National Park Service, Olympic National Park (OLYM), has a requirement for Rock (crushed rock and sand) materials for a variety of planned park projects to occur during the next several months and is requesting quotes for a contractor/vendor to provide and deliver various classes of crushed rock and sand to two (2) locations within the park as specified below. Note; Maps of delivery locations can be found at the park website and contractors are advised to thoroughly research the area and check mileages prior to submitting a quote. Maps & Information are available at http://www.nps.gov/olym/ 2. Crushed Rock Materials Specifications, Type, Delivery Schedule and Locations: The contractor shall furnish all labor, equipment, materials, transportation, and incidentals to supply the following rock products: A. Crushed Rock Types, Use and Delivery Details: 1) Line Item 0010: Crushed Surfacing Top Course 5/8"inch minus Quantity 300 Tons 2) Line Item 0020: Sand (Fine Aggregate Sand) Quantity 750 Tons This crushed rock material will be used for final grading at OLYM ¿s Headquarters Maintenance Compound as well as trench backfill for a storm water project. The Sand (Fine Aggregate Sand) will be utilized for Snow and Ice Control. These crushed rock and sand materials (above) will be delivered to the staging area adjacent to the maintenance compound work site at 600 E. Park Ave. Port Angeles, WA. Placement of material will be discussed with each truck operator at time of delivery to strategically place material in stockpile locations. Delivery of some material may occur sooner for some material after receipt of order, and schedule and type of material delivered for the bulk of materials will be coordinated based on productivity at the work site and as directed by the OLYM roads supervisor. However, expect these materials to be delivered between July 24 ¿ August 31, 2017. 3) Line Item 0030: Crushed Surfacing Base Course 1 ¼ "inch minus Quantity 350 Tons 4) Line Item 0040: Quarry Spalls 4"inch - 8"inch Quantity 120 Tons These two (2) crushed tock material products will be delivered to the Elwha Pit within Olympic National Park. The pit is off of Olympic Hot Springs Road (approximately 3 miles), and is south off US 101 approximately 10 miles west of Port Angeles, WA. The truck drivers will deliver to a location known as the Elwha Boneyard. Placement of material will be discussed with vendor prior to delivery to indicate exact stockpile locations. Delivery schedule and type of material delivered shall be communicated with OLYM Roads Supervisor. The period for the deliveries of these two types of crushed rock are expected to be between June 5 - June 29, 2017. Material delivery times for all materials will usually be between 7am and 4:30pm, Mondays through Thursdays, however, delivery may be allowed Fridays with prior approval of the Contracting Officer. Delivery may be made using trucks with trailers at the delivery site. All traffic, driver, and vehicle laws and regulations are the responsibility of the contractor/vendor. B. Crushed Rock Material Specifications: All materials shall be free of wood, roots, bark and other extraneous materials and be free of noxious seeds and weeds. All aggregate materials shall be manufactured from ledge rock, talus, or gravel in accordance with provisions of 2016 WSDOT Standard Specification, Section 3-01 (WSDOT 3-01).Crushed surfacing materials shall meet the following test requirements: Los Angeles Wear, 500 Rev. 35% max.; Degradation Factor ¿ Top Course 25 min.; Degradation Factor ¿ Base Course 15 min. Crushed Surfacing Base Course (1 ¼" minus) material shall meet all requirements of WSDOT 9-03.9(3) for grading and quality. Quarry Spall Specifications, Quarry Spalls shall meet all requirements of WSDOT 9-13.1(5) for grading and quality. C. Sand - Fine Aggregate Sanding Material Specifications: Fine aggregate sand shall consist of clean, hard durable fractured rock and shall be free from lumps of clay, soft or flaky material, loam or other detrimental material and also free of noxious weeds / seeds. Sanding material shall not contain more than 2% of material finer than the #200 sieve, using AASHTO Method T11. Gradation: The sand shall conform to the following gradation requirements (WSDOT 9-03.13, #200 modified): Square Mesh Sieve % Passing by Weight 3/8"100 #4 57-100 #1040-100 #503-30 #1000-4 #2000-2.0 D. Conditions for Rock Deliveries: Vendor shall weigh all aggregate using a certified scale. Weight tickets shall be provided to the park maintenance employee at time of delivery for each delivered load. The park maintenance employee is required to sign the weight ticket as proof of acceptance of the delivery. Vendor shall maintain a weight ticket log or keep a copy of each ticket. The weight tickets need to show the type of material, quantity, delivery date, and if not already filled in, either the driver or the park maintenance employee shall write in the contract number on the ticket. Weight ticket numbers and corresponding dollar amounts shall be referenced on invoices. E. Conditions for Sand deliveries: Source of supply must be specified and approved by the Contracting Officer and Roads Maintenance Supervisor prior to the issuance of the Purchase Order (PO). Quoters will be required to furnish a sample of product to the Roads Maintenance Supervisor prior to the issuance of the PO. Quoters will be required to furnish testing samples of aggregate upon request. No changes in the grade of fine aggregate sanding material during the life of the PO will be permitted without notification of the Contracting Officer for approval. Vendor will weigh all rock and sand delivered using a certified scale. Weight tickets will be provided to the Contracting Officers Representative (COR) at the delivery site for each delivered load in addition to providing electronic copies and totals. The receiving official will sign a load acceptance to be maintained by the operators as a record of delivery. Vendor will not be required to handle sand at the delivery site. All traffic, driver and vehicle laws and regulations are the responsibility of the Vendor. Delivery may be made using a truck and pup or truck and transfer at delivery location. Material must be delivered between 8 am and 4 pm, Monday through Thursday, at the delivery site. No deliveries off hour or off day will be accepted. Material shall be delivered dry. Loads with visibly wet material will not be accepted. If wet loads are identified after dumping, at the option of the Contracting Officer, the load will be rejected and removed from the site at the contractors sole expense OR the load may be accepted at a reduced tonnage as determined by the Contracting Officer. If washed sand is supplied, it shall be stockpiled by the producer or supplier until dry before it is loaded, weighed and delivered. Delivery shall not be made when raining at any point along the delivery route. Delivery arrangements shall be made directly with the park, Roads Supervisor. 3. Quality Control: A. The National Park Service will inspect quarries being considered for award. The presence of noxious seeds and weeds shall be part of the Contracting Officer ¿s determination of responsiveness. The intent of quarry inspections of potential aggregate sources is to avoid contamination with seeds or other plant parts capable or reproducing for the following species: - Cheatgrass, Bromus tectorum, - Potted knapweed, Centaurea biebersteinii, - Brown knapweed, Centaurea jacea, - Tumble knapweed, Centaurea diffusa, - Canada thistle, -Cirsium arvense, - Scot's broom, Cytisus scoparius, - Herb Robert, Geranium robertianum, - English ivy, Hedera helix, - Orange hawkweed, Hieracium aurantiacum, - Common St. John's-wort, Hypericum perforatum, - English holly/Ilex aquifolium, - Yellow iris, Iris pseudacorus, - Everlasting peavine, Lathyrus latifolius, - Small everlasting peavine, Lathyrus sylvestris, - Reed canarygrass, Phalaris arundinacea, - Japanese knotweed, Polygonum cuspidatum, - Himalayan knotweed, Polygonum polystachyum, - Giant knotweed, Polygonum sachalinense, - Bohemian knotweed, Polygonum x bohemicum, - Sulphur cinquefoil, Potentilla recta, - Laurel cherry, Prunus laurocerasus, - Himalayan blackberry, Rubus discolor, - Evergreen blackberry, Rubus laciniatus, - Tansy ragwort, Senecio jacobaea. B. For a proposed source to be accepted, the aggregate product in question has to have been mined from an intact layer, processed, and stored since the end of the previous seed-dispersal season. Olympic National Park botanist considers the end of the seed-dispersal season to be November 1st. Ideally, material for delivery to the park is fresh quarried and processed without stockpiling for more than a few days. In addition, the areas surrounding the mining, processing, and stockpiling locations need to be free of the above species for 100 feet in all directions. The Olympic National Park botanists do exercise judgment when inspecting. For example, if some limited presence of the above species are found, they may be acceptable if the plants observed show no evidence of flowers or fruits. 4. Price Schedule: The unit of measure for all rock products shall be in tons. The unit price (per ton delivered) shall include all elements necessary to deliver to the site including but not limited to, production, testing, loading, delivery, and off-loading. Please provide quote in price per ton delivered per line items below. Table may be copied onto quoter ¿s letterhead quote or this page may be filled out and submitted with quote. Vendor shall provide price as follows: Line Item: Item DescriptionEst. QtyPrice per ton Line Total 0010: Crushed Surfacing Top Course 5/8"inch minus300 Tons$_________$__________ 0020: Sand (Fine Aggregate Sand) 750 Tons$_________$__________ 0030: Crushed Surfacing Base Course 1 ¼"inch minus350 Tons$_________$__________ 0040: Quarry Spalls: 4"inch - 8"inch120 Tons$_________$__________ Total$_________________ 5. Payment Processing: Payment is by electronic funds transfer (EFT), invoices shall be submitted to the U.S. Department of the Treasury's Internet Payment Platform System (IPP); https://www.ipp.gov in accordance with the clause included in the clauses section (refer to IPP instructions in clauses section below). Payment will be by electronic funds transfer to the contractors bank account identified in their System for Award Management (SAM) record (www.SAM.gov). 6. Instructions to Quoters: (see FAR clause 52.212-1): Submit quote electronically by e-mailed message to Ron_Forsberg@nps.gov. Your quote should consist of one pdf file in which the items listed below are combined. Each message must be no larger than 20MB in size due to system limitations. Include the solicitation number in the subject line. Alternatively, electronic quotes may be delivered on CD, DVD, or flash drive to Ron Forsberg, National Park Service, 810 State Route 20, Sedro-Woolley WA 98284. The official combined synopsis/solicitation is posted at www.FBO.gov. Search for P17PS01275 Amendments to the solicitation will be posted in the same manner and same place as the solicitation; it the quoters responsibility to monitor the FBO website. Questions regarding this solicitation should be submitted in writing to Ron_Forsberg@nps.gov. Answers will be provided in writing to the requester (if the answer is already within the RFQ) or provided in amendment(s) to the solicitation. Clarifications may be asked by phone (360-854-7221). Prior to the solicitation closing date, the quoter must establish and/or maintain an active registration and complete the online representations and certifications at www.SAM.gov. All eligible responsible sources may submit a quote which shall be considered by the agency; however quoters who do not have an active SAM registration will be considered either ineligible or non-responsive and will not be considered for award. Quote Response Date and Contents: The deadline for receipt of quotes is May 23, 2017 at 3:00 pm PDT. Quotes may be submitted on letterhead or the Standard Form (SF-1449), and must include, at a minimum the following items: 1) Completed price schedule / itemized per ton price for rock materials (delivered), and total price, 2) A copy of your standard report showing that offered materials meet the specifications above; 3) Location information of proposed source for rock materials; 4) Contractor remittance address, DUNS number, and federal tax identification number; 5) A statement that you are registered as a Small Business in the System for Award Management (SAM) and registration is complete and current. https://www.sam.gov; 6) Name, phone number, and address of your point of contact; 7) Signature of official authorized to bind your organization. 7. Clauses (apply to awarded contract): 52.252-2 Contract 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. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-13 System for Award Management Maintenance (Oct 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.212-1 Instructions to Offerors - Commercial Items (Jan 2017) 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017); 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017), with all paragraph (a) clauses incorporated; paragraph (b) clauses indicated by number 8, 14, 22, 25, 26, 27, 28, 33, 44, and 57. 52.211-16 Variation in Quantity (Apr 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 2% Percent increase 2% Percent decrease This increase or decrease shall apply to (5) the total quantity of each item without regard to destination.* * Contracting Officer shall insert in the blank the designation(s) to which the percentages apply, such as ¿ (1) The total contract quantity; (2) Item 1 only; (3) Each quantity specified in the delivery schedule; (4) The total item quantity for each destination; or (5) The total quantity of each item without regard to destination. (End of clause) 52.211-17 Delivery of Excess Quantities (Sept 1989) The Contractor is responsible for the delivery of each item quantity within allowable variations, if any. If the Contractor delivers and the Government receives quantities of any item in excess of the quantity called for (after considering any allowable variation in quantity), such excess quantities will be treated as being delivered for the convenience of the Contractor. The Government may retain such excess quantities up to $250 in value without compensating the Contractor therefor, and the Contractor waives all right, title, or interests therein. Quantities in excess of $250 will, at the option of the Government, either be returned at the Contractors expense or retained and paid for by the Government at the contract unit price. (End of clause) 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 Days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - Internet Payment Platform (IPP) (April 2013) Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP; https://www.ipp.gov) unless the vendor elects to be paid by MasterCard. "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: vendor ¿s standard invoice, including the following elements: 1) Name and address of the contractor. 2) Invoice date and invoice number. 3) Contract/purchase order number. 4) The description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed. 5) Period of Service for services rendered. 6) Name (where practicable), title, phone number, and mailing address of person to notify in the event of an improper invoice. 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 www.SAM.gov record) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to contract award or no later than 3 - 5 business days after 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. This action is for the federal government and is exempt from state and local sales tax (Tax Exempt ID #140001849). 8. Provisions: (apply to this RFQ) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov/far 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Jan 2017) 52.204-7 System for Award Management (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.212-1 Instructions to Offerors - Commercial Items. (Jan 2017) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. (Oct 2015) Award Info - Best Value Procurement: Evaluation Factors for Award; The Government intends to make a Firm Fixed Price, Best Value Award to the responsible Quoter whose quote conforming to this solicitation (RFQ) will be most advantageous to the NPS. Evaluation will utilize Simplified Acquisition (FAR Part 13) procedures. 52.212-2 Evaluation - Commercial Items (Oct 2014) (a) 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 quotes: 1) Price; 2) Rock material specifications; 3) Availability for delivery during time-frame specified in delivery schedule. Evaluation factors other than cost or price when combined are approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. 52.212-3 Offeror Representations and Certifications-Commercial Items. (Jan 2017) Full text of paragraphs (a) and (c) through (t) is available at www.acquisition.gov/far. (b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through http://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ______________. [Offeror to identify the applicable paragraphs at (c) through (t) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P17PS01275/listing.html)
 
Record
SN04501333-W 20170511/170509235059-42e99eeeda16786657854a316b8e19ac (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.