MODIFICATION
56 -- Supply and Delivery of Campsite and Impact Site Rock
- Notice Date
- 1/20/2026 11:04:40 AM
- Notice Type
- Solicitation
- NAICS
- 212321
— Construction Sand and Gravel Mining
- Contracting Office
- W074 ENDIST SAVANNAH SAVANNAH GA 31401-3604 USA
- ZIP Code
- 31401-3604
- Solicitation Number
- W912HN26QA008
- Response Due
- 1/28/2026 2:00:00 PM
- Archive Date
- 02/12/2026
- Point of Contact
- Stephanie Brasier, Phone: 9126525088, Paul R. Gaeth
- E-Mail Address
-
Stephanie.brasier@usace.army.mil, paul.r.gaeth@usace.army.mil
(Stephanie.brasier@usace.army.mil, paul.r.gaeth@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Delivery of 2"" Crusher Run (Crush and Run) and #131 Screenings (3/8"" minus) shall be made to the designated Government sites in accordance with the delivery schedule established at the time of award. The contractor shall coordinate all delivery dates and times with the Government point of contact (POC) at least 48 hours in advance to ensure site access and proper placement of materials. All aggregate materials shall be delivered in a clean, uncontaminated condition and deposited only in locations identified by the Government. Materials must remain protected during transport to prevent contamination from debris, moisture, or environmental exposure. The contractor is responsible for ensuring that each load arrives free of foreign materials and meets all specification requirements at the time of delivery. The contractor shall submit load tickets for every truckload delivered, including: 1. Gross, tare, and net weight 2. Date and time of loading 3. Quarry or pit source 4. Material type (Crusher Run or Screenings) 5.Truck identification Load tickets must be provided at the time of delivery and submitted to the Government POC for verification. The contractor shall also provide any additional documentation requested by the Government to confirm the quantity delivered. These records will be used to support postdelivery measurements and ensure that the quantities invoiced match the quantities delivered. It is the Offeror's responsibility to determine the optimal delivery vehicle for transporting the aggregate materials; however, all delivery locations have been confirmed to accommodate standard dump trucks, tandemaxle trucks, and enddump trucks. The contractor shall ensure that selected vehicles are appropriate for safe site access, maneuverability, and unloading without causing damage to Government property or creating unsafe conditions for the public. The contractor must provide all necessary equipment required to offload the aggregate materials at each delivery location. No equipment, machinery, or personnel will be available at Government sites to assist with unloading operations. The contractor shall ensure that offloading is performed safely, efficiently, and in a manner that does not impede public access or disrupt recreational activities. Deliveries shall occur during normal business hours unless otherwise approved by the Government. Delivery operations must not interfere with ongoing public use of surrounding areas. Any material delivered outside the approved timeframe or in a condition inconsistent with contract requirements may be rejected at no cost to the Government. The contractor shall promptly remove and replace any rejected material and shall restore any areas disturbed during delivery to their original condition. All performance obligations, including cleanup and site restoration, must be completed prior to final acceptance. Park Location & Delivery Park Name: Below Dam Drop Latitude: 33.653703 Drop Longitude -82.207436 Address City State Zip: HWY 221 Appling GA 30802 Drop location Desc: After pulling into Below Dam, GA, use the first gate on your right to access the Dump Location. Crush and Run Tons: 3,374 Screenings Tons: 3,374 Evaluation Factors The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1 - Technical Acceptability (Pass/Fail) The Offeror shall demonstrate the capability to furnish 2"" Crusher Run (Crush and Run) and #131 Screenings (3/8"" minus) meeting all specifications described in this solicitation, including compliance with: USACE Specifications (e.g., Section 02 61 13 - Aggregate Base Course; Section 02 61 13.13 - Fine Aggregate) Applicable GDOT and SCDOT aggregate standards Requirements for cleanliness, proper gradation, compaction suitability, and material quality Delivery, offloading, and documentation requirements, including mandatory load tickets and proof of delivered quantities To be rated Technically Acceptable, the Offeror must provide: A clear description of its ability to supply both aggregate materials in accordance with all technical specifications, including source information, material gradation, and compliance with USACE and DOT standards. A description of delivery capabilities, including the ability to transport, offload, and place materials at the designated Government site using Offeror provided equipment. The Government will not provide equipment or personnel for unloading. Confirmation that delivery vehicles selected by the Offeror (e.g., dump trucks, tandemaxle trucks, enddump trucks) are suitable for all delivery locations and can safely access, maneuver, and unload at the site without damaging Government property. Confirmation that the Offeror will provide load tickets for every delivery, including gross, tare, and net weights, material type, date/time, and truck identification, and that these documents will be submitted to the Government at the time of delivery to support postdelivery verification. Failure to demonstrate the ability to meet all technical requirements will result in a rating of Technically Unacceptable and elimination from further consideration. Factor 2 - Past Performance (Pass/Fail) The Offeror shall demonstrate successful past performance delivering aggregate materials (e.g., crushed stone, screenings, base course, or similar materials) in quantities comparable to this requirement. The Offeror must show evidence of delivering at least 6,748 tons of aggregate (cumulative within one month to a single location or single delivery effort) within the past five (5) years. Acceptable documentation may include: Prior contracts, purchase orders, or delivery records Customer references confirming quantity delivered and performance quality Government or commercial performance evaluations Past performance will be evaluated on a Pass/Fail basis. Offerors who do not demonstrate successful delivery of the required quantity of aggregate materials will be rated Fail and will not be considered for award. Factor 3 - Price (Lowest) Among all Offerors determined to be technically acceptable with passing past performance, award will be made to the Offeror submitting the lowest Total Evaluated Price. The Government reserves the right to reject an offer that is unbalanced, unreasonable, or otherwise not in the Government's best interest. (b) Basis for Award Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. No tradeoffs will be made between price and nonprice factors. Technical Acceptability and Past Performance are evaluated on a Pass/Fail basis only.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/dc991fa9fd2c4c0fbea11f23f92fdd85/view)
- Place of Performance
- Address: Appling, GA 30802, USA
- Zip Code: 30802
- Country: USA
- Zip Code: 30802
- Record
- SN07690639-F 20260122/260120230039 (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 |