Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 09, 2022 SAM #7496
SOLICITATION NOTICE

56 -- BULK RAMP CONSTRUCTION MATERIALS

Notice Date
6/7/2022 10:26:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212321 — Construction Sand and Gravel Mining
 
Contracting Office
SER NORTH MABO (53000) GATLINBURG TN 37738 USA
 
ZIP Code
37738
 
Solicitation Number
140P5322Q0027
 
Response Due
7/7/2022 2:00:00 PM
 
Archive Date
07/22/2022
 
Point of Contact
Leady, William, Phone: 470.367.9167
 
E-Mail Address
William_Leady@nps.gov
(William_Leady@nps.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 212321 with a small business size standard of 500 employees. Cape Hatteras National Seashore is seeking the supply of construction materials. All interested companies shall provide a quotation for the following: Construction Materials for the National Park Service �Cape Hatteras National Seashore (CAHA) 1. Background. The NPS maintains vehicle access ways to the National Seashore using a variety of materials for the surface. A mixture of clay and shells per the instructions of the North Carolina Coastal Area Management Agency (CAMA) is used for repairs and maintenance to the access ways. NC Highway 12 runs from Bodie Island south to Ocracoke Island. The NPS has sand ramps at various locations along Highway 12. 2. Required Services. The contractor shall supply and deliver construction materials in accordance with the attached specifications. Materials include sand, clay, and clam shell. 1.0 INTRODUCTION The National Park Service (NPS) Outer Banks Group (OBG) has a requirement for materials to several sites on Cape Hatteras National Seashore. 2.0 DELIVERY LOCATIONS Delivery locations include: 1) Bodie Island Boneyard (Off of Lighthouse Bay Drive south of Nags Head) . . 2) Buxton - Parking area between Cape Point CG and South beach Road (back of Cape Point Campground) 3) Ocracoke Maintenance Yard - Behind the Ranger Station See attachment 1 for exact locations 3.0 BACKGROUND AND EXISTING CONDITIONS The NPS maintains vehicle access ways to the National Seashore using a variety of materials for the surface. A mixture of clay and shells per the instructions of the North Carolina Coastal Area Management Agency (CAMA) is used for repairs and maintenance to the access ways. NC Highway 12 runs from Bodie Island south to Ocracoke Island. The NPS has sand ramps at various locations along Highway 12. 4.0 Materials Specifications The Contractor must meet the requirements and deliverables. Take special note of the additional requirements below � receipts showing weights/volumes must be provided to the NPS and a copy kept for the Contractor�s records. The contractor will provide the following at the locations listed: Bodie Island Boneyard: 90 cubic yards of sand 90 cubic yards of clay material 100 cubic yards of clam shell material Buxton - Cape Point Campground Parking Lot: 1,050 cubic yards of clam shell material Ocracoke Maintenance Yard: 210 cubic yards of sand 210 cubic yards of clam shell material Material Requirements: Material Requirements: 1) The clay soil mixture must meet the following specifications: a. The clay mix must be obtained from a source considered local to the Outer Banks. Local material is considered to be material having a zero content of invasive species of plants, or any organic material. Top soil will not be accepted. Unsuitable material will be rejected and returned to the vendor at the vendor�s expense and will not be dumped on site. b. The clay mix will be a product referred to as sandy loam and have an overall gradation of the following: 55-79 percent sand; 5-20 percent silt; and 12-20 percent clay. c. Percentages of the listed soil contents may vary by plus or minus 2-3 percent, which can be discussed with the vendor providing the material. d. The vendor supplying the clay mix is responsible for obtaining test results of the content of the material. The test results must be submitted to the NPS prior to delivery. Test results must be performed by an independent lab. The test requirement is for one sample per dig location, or one sample per 250 cubic yards, whichever is greater. The soil analysis must show the particle distribution including at a minimum: i. Sieve size ii. Percent passing each sieve iii. Total percent gravel/coarse grains iv. Total percent sand v. Total percent silt vi. Total percent clay vii. Soil group classification 2) The clam shells must meet the following specifications: a. The clam shells must be crushed and rolled to reduce edges. Whole shells should not account for more than 25% of the delivered material. b. Scallops, cockle shells, whelks, and cone shells can be included but should not be more than 10% of the total shell volume. c. Oyster shells may not be substituted. 3) The sand must meet the following specifications: a. The sand must be obtained from a source considered to be local to the Outer Banks. Local material is considered to be material having zero content of invasive species of plants, or any organic material. Top soil will not be accepted. Unsuitable material will be rejected and returned to the vendor at the vendor�s expense and will not be dumped on site. b. The vendor supplying the sand is responsible for obtaining test results of the content of the material. The test results must be submitted to the NPS prior to delivery. Test results must be performed by an independent lab. The test requirement is for one sample per dig location, or one sample per 250 cubic yards, whichever is greater. The soil analysis must show the particle distribution including at a minimum: i. Sieve size ii. Percent passing each sieve iii. Total percent gravel/coarse grains iv. Total percent sand v. Total percent silt vi. Total percent clay vii. Soil group classification See attached Specifications for additional material specifications. The NPS reserves the right to take samples of any or all deliveries to be tested for consistency and material distribution. The NPS reserves the right to withhold payment for any delivery that does not meet expectations as agreed upon between the NPS and contractor providing the material. If the material is deemed inadequate the NPS may reject the delivery and the contractor must provide additional material until the full amount of acceptable material is received. The contractor may obtain additional samples and test above the required number at his own expense to verify overall consistency of the deliveries. ADDITIONAL REQUIREMENTS: 1) The vendor will be required to call the NPS point of contact (POC) for exact location on the day of delivery. 2) The Contractor must abide by the conditions listed in the Deliverables section of this scope of work. 3) The Contractor is responsible for all drivers and vehicles used for deliveries. These sites are considered off road and may require backing, turning, dumping, etc. on or near unpaved areas. The Contractor is responsible for verifying existing conditions prior to and at time of delivery. 4) The Contractor is required for scheduling deliveries to meet ferry routes to and from Ocracoke Island. Contractor vehicles are authorized to utilize the priority lane for ferry routes between Hatteras Island and Ocracoke Island. 5) Each vehicle/truck providing a delivery must also provide a receipt showing the materials being delivered to include volume, weight, dimensions, etc. 6) The Contractor must keep his own record/receipts of delivery in order to request payment. Accumulated totals of each type of material must be provided to the POC prior to submitting an invoice for payment. Option 1: Supply and deliver to the following locations listed. Receipts showing weights/volumes must be provided to the NPS and a copy kept for the Contractor�s records. Buxton - Cape Point Campground Parking Lot: � 500 cubic yards of clam shell material Option 2 : : Supply and deliver to the following locations listed. Receipts showing weights/volumes must be provided to the NPS and a copy kept for the Contractor�s records. Bodie Island Boneyard: � 210 cubic yards of clam shell material Buxton - Cape Point Campground Parking Lot: � 300 cubic yards of clam shell material Ocracoke Maintenance Yard � 210 cubic yards of clay material 5.0 DELIVERABLES The Contractor will be required to submit electronic and paper copies of testing reports to the NPS prior to delivery. Delivery of material on site will only be accepted from 7:00 am through 3:30 pm Monday through Friday. Other arrangements must be requested in writing through the Contracting Officer and may be accommodated depending upon the location and request. Due to the high volume of expected deliveries, and Ocracoke Ferry schedule, the contractor will be required to contact the POC to assure proper receipt of the materials at the delivery location. The contractor is highly encouraged to contact the POC prior to shipment to gain an understanding of the vicinity of the delivery sites. Vehicles which can perform the required turn-around, such as tandem dump truck, may be advantageous. ADDITIONAL REQUIREMENTS: 7) The vendor will be required to call the NPS point of contact (POC) for exact location on the day of delivery. 8) The Contractor must abide by the conditions listed in the Deliverables section of this scope of work. 9) The Contractor is responsible for all drivers and vehicles used for deliveries. These sites are considered off road and may require backing, turning, dumping, etc. on or near unpaved areas. The Contractor is responsible for verifying existing conditions prior to and at time of delivery. 10) The Contractor is required for scheduling deliveries to meet ferry routes to and from Ocracoke Island. Contractor vehicles are authorized to utilize the priority lane for ferry routes between Hatteras Island and Ocracoke Island. 11) Each vehicle/truck providing a delivery must also provide a receipt showing the materials being delivered to include volume, weight, dimensions, etc. 12) The Contractor must keep his own record/receipts of delivery in order to request payment. Accumulated totals of each type of material must be provided to the POC prior to submitting an invoice for payment. Option 1: Supply and deliver to the following locations listed. Receipts showing weights/volumes must be provided to the NPS and a copy kept for the Contractor�s records. Buxton - Cape Point Campground Parking Lot: � 500 cubic yards of clam shell material Option 2: Supply and deliver to the following locations listed. Receipts showing weights/volumes must be provided to the NPS and a copy kept for the Contractor�s records. Bodie Island Boneyard: � 210 cubic yards of clam shell material Buxton - Cape Point Campground Parking Lot: � 300 cubic yards of clam shell material Ocracoke Maintenance Yard � 210 cubic yards of clay material 6.0 DELIVERABLES The Contractor will be required to submit electronic and paper copies of testing reports to the NPS prior to delivery. Delivery of material on site will only be accepted from 7:00 am through 3:30 pm Monday through Friday. Other arrangements must be requested in writing through the Contracting Officer and may be accommodated depending upon the location and request. Due to the high volume of expected deliveries, and Ocracoke Ferry schedule, the contractor will be required to contact the POC to assure proper receipt of the materials at the delivery location. The contractor is highly encouraged to contact the POC prior to shipment to gain an understanding of the vicinity of the delivery sites. Vehicles which can perform the required turn-around, such as tandem dump truck, may be advantageous. Award shall be made to the quoter whose quotation the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: meeting or exceeding the requirement, past performance, technical capability, and price. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 1. FAR 52.212-1, �Instructions to Offerors�Commercial Items� 2. FAR 52.212-2, �Evaluation � Commercial Items� 3. FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items� Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, �Offerors Representations and Certifications�Commercial Items.� The following contract clauses apply to this acquisition: � FAR 52.212-4, �Contract Terms and Conditions�Commercial Items� � FAR 52.212-5,Contract Terms and Conditions Required to Impleent Statutes or Executive Orders� The following subparagraphs of FAR 52.212-5 are applicable: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-13, 52.225-13, 52.232-34. Refer to attachment for additional contract clauses. All quoters shall submit the following: Price quote and specifications All quotations, shall be emailed to William_leady@nps.gov This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoter shall list exception(s) and rationale for the exception(s). Quoter shall provide lump sum pricing for base and each option (2). In addition, provide a total for base and options. Submission shall be received not later than July 7, 2022 at 5:00 pm E.D.T. All submissions shall be emailed to William_leady@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the William Leady via email at William_leady@nps.gov and must be received no later than six days prior to announcement closing. Point of Contact William Leady via email at William_leady@nps.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aa8fc55df51e49a78cc34cfa881bb026/view)
 
Record
SN06350217-F 20220609/220607230102 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.