|
COMMERCE BUSINESS DAILY ISSUE OF MAY 3,2000 PSA#2592USDI, Bureau of Land Management, Oregon State Office (952), P. O. Box
2965, Portland, Oregon 97208-2965 56 -- SUPPLY, DELIVER, AND STOCKPILE CHIP SEAL ROCK SOL HAQ001026 DUE
053100 POC Tom Fulton (503) 952-6218, FAX (503) 952-6312 E-MAIL: BLM,
or952mb@or.blm.gov. This is a COMBINED SYNOPSIS SOLICITATION for
commercial items prepared in accordance with the format in Federal
Acquisition Regulation (FAR) Subpart 12.6, as supplemented with
additional information included in this notice. This announcement
constitutes the only solicitation. Solicitation HAQ001026 is issued as
a Request for Quotation (RFQ) and incorporates provisions and clauses
in effect through Federal Acquisition Circular 97-16. All responsible
sources may submit a quote which will be considered. See Numbered
Note(s): 1. SIC 5032; size standard of 500 employees. This will be a
firm fixed-price contract for the Bureau of Land Management, Myrtlewood
Resource Area, Coos and Douglas Counties, Coos Bay District, Oregon.
Supply, deliver and stockpile approximately 10730 tons of crushed
aggregate as follows: BID ITEM 1, Weaver Road #28-8-18: Subitem 1A --
Aggregate, Stockpile #1, 350 tons, Subitem 1B -- Aggregate, Stockpile
#2, 750 tons, Subitem 1C -- Aggregate, Stockpile #3, 3000 tons. BID
ITEM 2, Westside Road #28-9-25.1, Aggregate, Stockpile #1, 680 tons.
BID ITEM 3, Lower Signal Tree Road #29-9-36, Aggregate, Stockpile #1
2250 tons. BID ITEM 4, North Rock Creek Road #30-10-3, Subitem 4A --
Aggregate, Stockpile #1 1500 tons, Subitem 4B -- Aggregate, Stockpile
#2 750 tons. BID ITEM 5, Sandy Creek #29-10-14.2 & 29-10-15,
Subitem 5A -- Aggregate, Stockpile #1 750 tons, Subitem 5B --
Aggregate, Stockpile #2 750 tons. Submit unit prices for each subitem
with a total bid price for all items. Delivery time is 60 calendar days
beginning June 15, 2000 for all items. Each item of aggregate will be
stockpiled at the following locations. Bid Item 1: At mile post 64.2
along highway 42 take the Reston Road and proceed west 4.2 miles and
turn left on County road #112, go 4.6 miles to Weaver Road and proceed
0.4 miles to stockpile #1 (subitem 1A) located along the left side of
roadway. From stockpile #1 travel 0.8 miles to stockpile #2 (subitem
1B) located along the left side of roadway at the28-8-19 road junction.
From stockpile #2 proceed 4.6 miles on Weaver road to stockpile #3
(subitem 1C) located along left side of roadway. Bid Item 2: At mile
post 56.9 along highway 42 turn west on Douglas County road #128 (Upper
Camas Rd.) proceed 4 miles to BLM road #28-8-31.2 (Lang Creek) continue
west 0.7 miles to stockpile site #1 along right side of road #
28-9-25.1. Bid Item 3: At mile post 51.1 along highway 42 take Signal
Tree Road #29-9-36.0 and proceed 0.9 miles to stockpile site #1. Bid
Item 4: At mile post 40.8 along highway 42 take North Rock Creek Road
# 30-10-3 and proceed two miles to stockpile #1 (subitem 4A) located on
the left side of roadway near 29-10-35.1 road junction, continue 0.7
miles to stockpile #2 (subitem4B) located on the left side of roadway.
Bid Item 5: At mile post 37 along highway 42 take Sandy Creek Road and
proceed 3.8 miles to road #29-10-14.2 continue one mile to stockpile #1
(subitem 5A) located left of the roadway near junction of road
#29-10-15. Proceed up road # 29-10-15 two miles to stockpile #2
(subitem 5B) located along left side of roadway. Technical
Specifications: When crushed rock material is produced from gravel, not
less than 75 percent by weight of the particles retained on the No. 4
sieve will have 3 manufactured fractured faces. Crushed rock material
shall consist of hard durable rock fragments conforming to the
following gradation requirement. Aggregate Surface Course Crushed Rock
Material Percentage by weight passing square mesh sieves, AASHTO T 11
& T 27: Sieve Designation (SD) 3/4 inch, Gradation D-1 (GD) 100;
SD inch, GD 90-100; SD 3/8 inch, GD 0-35; SD No. 4, GD 0-7; SD No. 200,
GD, 0-2. Crushed rock material retained on the No. 4 sieve shall have
a percentage of loss of not more than 35 at 500 revolutions, as
determined by AASHTO T 96. Crushed rock material shall show a
durability value of not less than 35 as determined by AASHTO T 210. The
crushed rock material shall show a loss of not more than 20 percent by
weight, when submerged in DMSO,dimethyl sulfoxide, for five days,
according to Federal Highway Administration Region 10 Accelerated
Weathering Test Procedure. That portion of crushed rock material
passing No. 4 sieve, including blending filler, shall have a sand
equivalent of not less than 35, as determined by AASHTO T 176, except
where that portion exhibits a sand equivalence of less than 35, the
aggregate will be accepted if it complies with the additional
requirement as follows: Sand Equivalent (SE) 34, Percent Passing No.
200 Sieve AASHTO T 27 (PP) 9; SE 33, PP 8; SE 32, PP 7; SE 31, PP 6; SE
30, PP5; SE 29 or less, PP 4. A minimum of one test per bid item, not
subitem, shall be performed by the contractor prior to aggregate
delivery. Stockpile preparation and construction: Any preparation
required at the stockpile sites will be performed by government work
crews, including any material required to stabilize the floor of the
site. The contractor shall complete the stockpile of aggregate neat and
regular in form, and shall be made to occupy the smallest feasible area
as staked by the Government. The side slopes shall not be flatter than
1-1/2:1. To avoid segregation of the various sizes in each stockpile,
the aggregate shall be built up in layers of one to five feet in
thickness. The aggregate shall be placed by truck or other approved
types of equipment. Aggregate stockpiles shall be located and
constructed so that no intermingling of the gradings occurs. Pushing of
aggregates into piles with a bulldozer, or similar type of material
moving equipment, will not be permitted. However, bulldozers or similar
equipment may be used in the leveling of stockpiled aggregates. That
portion of crushed rock material passing the No. 40 sieve, including
blending filler, shall have a liquid limit of not more than 35, and a
plasticity index of not less than 4 and not more than 12 as determined
by AASHTO T 89 and AASHTO T 90. The aggregate described in these
specifications will be measured and paid for by the ton using certified
scales. Scale tickets shallbe provided to the government representative
on site. Scale tickets shall have the following information: gross, net
and tare weights, bid and pay item, date, quarry, truck number, driver.
FAR provision 52.212-3, Offeror Representations and Certifications --
Commercial Items, is available at:
http://www.or.blm.gov/procurement/com_cert.htm; APPLICABLE FAR CLAUSES
AND OTHER PROVISIONS: 52.204-6 Contractor Identification Number --
Data Universal Numbering System (DUNS) Number; 52.212-1 Instruction to
Offerors -- Commercial Items; 52.212-4 Contract Terms and Conditions
-- Commercial Items; 52.212-5, Contract Terms and Conditions Required
to Implement Statutes or Executive Orders -- Commercial Items
(including 52.203-6, 52.2l9-8, 52.219-14, 52.222.21, 52.222-26,
52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-33). Referenced
clauses and provisions are available at: http://www.arnet.gov/far.
Quoters shall submit signed and dated quotes, either on a SF1449 or
letterhead stationary. Quotes shall be sent to Bureau of Land
Management, Oregon State Office (OR952), P.O. Box 2965, Portland,
Oregon 97208 by COB (4:15 p.m. local time) on or before May 31, 2000.
FAX quotes will be accepted at 503-952-6312. For questions contact
Madeline Small @ 503-952-6222. Posted 05/01/00 (W-SN450188). (0122) Loren Data Corp. http://www.ld.com (SYN# 0180 20000503\56-0004.SOL)
56 - Construction and Building Materials Index Page
|
|