Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 8,2000 PSA#2617

DOI, Fish and Wildlife Service, CGS-Mail Stop 60181, P.O Box 25486, DFC, Denver, CO 80225

56 -- RIPRAP SUPPLY SOL 601810Q472 DUE 062200 POC Germaine Sylliaasen, Contracting Officer, 303-236-5412, x238 56-Furnish all necessary equipment and labor to provide and deliver stone riprap to sites located (F.O.B. destination to be included in your pricing) approximately five (5) miles north, and half mile (.5) east, and one and one half (1.5) miles north of Columbia, SD, on the east shore of Sand Lake National Wildlife Refuge, Brown County. All materials shall meet the requirements of the South Dakota Standard Specifications for roads and bridges, Section 830, Riprap, Class C riprap. The stone shall be hard and durable, and have a minimum density of one-hundred fifty-five (155) pounds per cubic foot. Riprap provided may be quarried ledge rock or field stone. If field stone is utilized, the Contractor shall be responsible for contacting and coordinating with the individual landowners. If the Contractor uses material obtained from a nongovernment source to perform work that is required under this project, and a new borrow site is opened or an existing borrow area is expanded in order to obtain such materials,the Contractor shall assure that any new borrow area disturbance meet the requirements of Section 106 of the National Historic Preservation Act. The stone shall meet the following gradation requirements: Size of Stone (lbs) Percentage Smaller than -- Maximum 1000 100 percent 500 50 percent 75 15 percent An independent testing laboratory, approved by the Contracting Officer prior to delivery of any materials, shall perform the following: 1) Determine if the riprap meets the requirements of the specifications with respect to gradation, minimum density, resistance to weathering and water action, and absence of undesirable materials, and 2) perform a visual inspection to determine if the riprap stone is sound and durable. Completion is scheduled 90 days from award. A copy of the complete description/specifications may be obtained by contacting Germaine Sylliaasen, fax number 303-236-4791. 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; proposals, issued as a Request for Quotations (RFQ), are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through the changes effective on April 25, 2000, Federal Acquisistion Circular 97-17. Interested firms should submit quotes by June 22, 2000 to the address indicated in this announcement. Fax'd quotes are acceptable and may be fax'd to 303-236-4791, Attn: Gerri Sylliaasen. Please reference the quotation number, your company name, address, telephone number, Taxpayer Identification Number (TIN) and Dun and Bradstreet Number (DUNS) on your quote. The FAR provisions at 52.212-1, Instruction to Offerors-Commercial are applicable to this acquisition. All offerors are to include a completed copy of the provisions FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. FAR clauses 52.212-4, 52.212-5, 52.225-13, 52.233-03, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-03, Alternate I, 52.225-15, 52.232-34 and 52.211-16, Variation in Quantity Clause, at accepted 25%, are applicable to this acquisition. FAR clauses may be viewed at the following internet site: www.arnet.gov/far. The Standard Industrial Classification Code for this action is 1429 with a small business size standard of a maximum of 500 employees. See Note 1. Posted 06/06/00 (W-SN462047). (0158)

Loren Data Corp. http://www.ld.com (SYN# 0236 20000608\56-0003.SOL)


56 - Construction and Building Materials Index Page