Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 3,2000 PSA#2529

Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063

56 -- ASPHALT SOL F26600-00-Q1182 DUE 020400 POC Todd Butler, Contracting Apprentice, Phone 702-652-9135, Fax 702-652-3367, Email todd.butler@nellis.af.mil -- Sandra Holleran, Contract Specialist, Phone 702-652-3348, Fax 702-652-3367, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=F26600-00-Q11 82&LocID=885. E-MAIL: Todd Butler, todd.butler@nellis.af.mil. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation (F26600-00-Q-1182) is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-14. This solicitation is 100% reserved for small business. The Standard Industrial Code (SIC) for this solicitation is 5032 with a small business size standard of 500 employees. There are two (2) line items included in this solicitation. Line item 0001, the contractor shall provide all 2900 tons of __ Asphalt. Line item 0002 the contractor shall provide __ Asphalt. Both sizes of asphalt shall start the delivery on 9 Feb 2000. Proposals shall be priced by the ton. Award will be based on all or none and able to meet the delivery date. Asphalt must meet all of the following specifications: (1) Aggregate shall consist of crushed stone, crushed gravel, screenings, sand and mineral filter. (2) The course aggregate (retained on the no.4 Sieve) shall consist of clean, sound durable fragments of crushed stone and gravel shall meet the following requirements: (a) shall be free from films that would prevent binding with bituminous material and free from organic matter. (b) percentage wear shall not exceed 40 after 500 revolutions, when tested IAW ASTM C131 (c) percentage loss shall not exceed 12 after 5 cycles performed IAW ASTM C88 using magnesium sulfate. (3) Fine aggregate (passing no. 4 and retained on no. 200 sieves) shall consist of clean, sound, durable fragments of crushed stone and gravel, screenings, natural sand, and mineral filler and shall meet the following requirements: (a) shall be free from silt or clay coatings that would prevent binding with bituminous material and free from organic matter and clay balls, (b) the quantity of natural sand shall not exceed 15% by total weight of aggregate, (c) the fine aggregate shall have a sand equivalent value of greater than 45 when tested IAW with ASTM D2419, (d) the fine aggregate portion of the blended aggregate shall have and uncompacted void content greater than 45% when tested IAW ASTM C1252 method A. (4) Mineral filler (passing no. 200 sieve) shall conform to ASTM D 242 and shall be composed of at least 50 % of the mineral shall be hydrated lime, limestone dust, or Portland Cement. Aggregate Gradation shall be as follows: __ Mix Percent passing __ Mix Percent Passing __ 100 -- __ 76-96 100 3/8" 69-89 76-96 No 4 53-73 58-76 No 8 38-60 40-60 No 16 26-48 28-48 No 30 18-38 18-38 No 50 11-27 11-27 No 100 6-18 6-18 No 200 3-6 3-6 Asphalt Cement shall conform to AASHTO MP1 PG 58-16, or AC-20. The asphalt mix shall be designed using procedures specified in MS-2 and for the following criteria: Test Property Pavements Designed for Tire Pressure Less Than 100 PSI No Of Blows 50 Stability 1200 (using bulk specific gravity of agregate and MS-2) Flow (.01 in) 8-16 Air Voids 3-5 percent TSR, min 75 percent VMA for 3/4" mix 14 percent VMA for 1/2" mix 15 percent Job mix tolerances: Property Spec Limit Aggregate Gradation No 4 Sieve and larger JMF plus/minus 8 No's 8,16,30,50 JMF plus/minus 6 No 100 JMF plus/minus 2 No 200 JMF plus/minus 2 Asphalt Content JMF plus/minus .5 Voids, Percent (Avg of 3 repetitions) JMF plus/minus 1 VMA for 3/4", percent (Avg of 3 repetitions) 14 VMA for 1/2", percent (Avg of 3 repetitions) 15 Stability, lbs (Avg of 3 repetitions) 1200 Min. Flow, 0.01 in (Avg of 3 repetitions) 8-16 The provision at FAR 52.212-1, Instruction to Offerors -- Commercial, and the clause at FAR 52.212-2, Evaluation -- Commercial Items, applies to this solicitation. Award will be made to the responsible, responsive offeror whose offer will result in the best value to the government, price and past performance considered. The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, applies to this solicitation. Contractors must provide a listing a previous, similar work accomplished within the past year. The listing shall identify the job, cost, point of contact with telephone number, date completed, and whether the product was provided on time. Offerors who fail to complete and submit Representations and Certifications and a past performance reference list may be considered non-responsive. The clauses at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Deviation); FAR 52.222-3, Convict Labor; FAR 52.222-3, Protest After Award; FAR 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration, DFARS 252.204-7004, Required Central Contract Registration, also apply to this solicitation, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Clauses and Provisions incorporated by reference have the same force and effect as if they were given in full text. The full text of a clause or provision may be accessed electronically at http://www.farsite.af.mil. Contractors are required to have a DUN & Bradstreet number (DUNS) and be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dunn and Bradstreet at (800) 333-0505 and may register in the CCR over the internet at www.ccr2000.com. Internet registration takes approximately 48 hours; mail-in registration takes approximately 30 days. Information concerning this solicitation is located at the Governments Electronic Posting System (EPS) site, http://www.eps.com . Contact Contracting Specialist SSgt Todd Butler at (702) 652-9135 or todd.butler@nellis.af.mil if you have any questions. Amendments will be posted on the affected solicitation page EPS site. In addition it is the contractor_s responsibility to register on that site to be notified of any changes made to the solicitation. Quotes must be signed, dated, and submitted in writing by close of business on 4 February 2000, to the 99th Contracting Squadron/LGCS, Attn: SSgt Todd Butler, 5865 Swaab Blvd, Nellis AFB NV 89191-7063 or by FAX (702) 652-3367. Offerors are reminded to include their DUNS #, Tax ID #, as well as completed Representations and Certifications. All responsible sources may submit a quote which, if timely received, will be considered by this agency. ***Modification to Synopsis: Delivery Address: US 95 North, Mile Marker 110 (NV Test Range)[north of Las Vegas nv](Range 63). The closing date and time remain unchanged. Posted 02/01/00 (D-SN420774). (0032)

Loren Data Corp. http://www.ld.com (SYN# 0212 20000203\56-0005.SOL)


56 - Construction and Building Materials Index Page