COMMERCE BUSINESS DAILY ISSUE OF JULY 13,2000 PSA#2641 Federal Highway Administration, Central Federal Lands Highway Division
(HPA-16), 555 Zang St., Room 259, Lakewood, CO 80228 56 -- FISH SPRINGS STOCKPILED AGGREGATE SOL DTFH68-00-R-00001 DUE
081000 POC Aileen Y. China, 303-716-2261, Ed Hammontree, 303-716-2110
E-MAIL: For more information on this synopsis/solicitation,
achina@road.cflhd.gov. 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
are being requested and a written solicitation will not be issued.
Solicitation Number DTFH68-00-R-00001 is issued as a Request for
Quotation. The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 17.
SIC code 1629. Small business size standard $17 million. This
procurement is subject to the Small Business Competitiveness
Demonstration Program. Item No. 1, Mobilization, 1 Each Lump Sum. Item
No. 2, Stockpiled Aggregate, 14,000 cubic meters. Item No. 3,
Bulldozer (100 KW minimum), 20 hours. The estimated price range for
this project is between $25,000 and $100,000. Period of Performance: 60
days after receipt of order. Delivery and acceptance at destination.
Davis-Bacon Wage Determination No. UT000027, dated February 11, 2000,
applies. The project is located on the Fish Springs National Wildlife
Refuge in Juab County, Utah. The project is reached by traveling 104
miles southwest of Tooele, Utah. Of the 104 miles, the first 41 miles
are south on State Highway 36, until the Pony Express Trail is reached.
The Pony Express Trail is a gravel county road. Follow the Pony Express
Trail west for 63 miles. Fish Springs Wildlife Refuge is extremely
isolated. The nearest gas or groceries is 42 miles away. Arrangements
can be made with Fish Springs National Wildlife Refuge (NWR) to
accommodate housing for workers. The project consists of screening and
blending aggregates, from designated sources, to meet a specified
gradation. The screened aggregates will be stockpiled. The stockpiles
will be located in the same areas as the aggregate source. There are
three stockpile locations. The three locations are the Airstrip Pit,
Shop Pit, and Bureau of Land Management (BLM) Pit. A specified amount
of material will be stockpiled at each pit. The Airstrip Pit will have
8000 cubic meters of material stockpiled. The Shop Pit will have a
stockpile of 4000 cubic meters. The BLM Pit will have a stockpile of
2000 cubic meters. A minimal amount of slope finishing and shaping will
require the use of a bulldozer. No reclamation, other than slope
shaping, will be necessary on the Airstrip Pit and Shop Pit as the
sources are existing gravel pits. Reclamation requirements for the BLM
Pit include topsoil stripping/replacement and seeding. ITEM 1
MOBILIZATION: The gravel pits will continue to be used by the NWR after
the completion of this project. Description: This item covers all work
necessary to mobilize and demobilize to and from the sites in order to
perform the work. Mobilization consists of moving personnel, equipment,
material, and incidentals necessary for performing the work in addition
to seeding the BLM Pit as required in the BLM letter of consent.
Measurement: Measure mobilization by the lump sum. Payment will be made
asfollows: 50% of the lump sum, not to exceed 10% of the original
contract amount, will be paid following the stockpiling of the first
1000 cubic meters of accepted aggregate, 25% of the lump sum will be
paid following the completion of the stockpiling of 7000 cubic meters
in addition to the initial 1000 cubic meters accepted aggregate (total
of 8000 cubic meters), 25% of the lump sum will be paid after final
acceptance. Pay Item 1, Mobilization, Pay Unit, Lump Sum. ITEM 2,
STOCKPILED AGGREGATE: This item involves all work necessary for
production and stockpiling of surface course aggregate at the locations
and quantities designated in Table 1. Table 1 Designated Sources and
Quantities are as follows: Airstrip Pit/8000 cm, Shop Pit/4000 CM, BLM
Pit/2000 cm Materials: Provide stockpiled aggregate gradation meeting
the specified gradation of Table 2. Table 2 Stockpiled Aggregate
Gradation: Sieve Size/Percent by Mass Passing Designated Sieve (AASHTO
T-27 and AASHTO T-11) are as follows: 19.00mm/100; 4.75mm/34—78;
425.00 micrometer/7 -- 33; 75.00 micrometer/5 -- 20. Obtain the
aggregate gradation by screening and blending as necessary. Excavation
Area: Limits of excavation and mining at the designated sources will
be determined by the Contracting Officer and in the general locations
shown on the drawings. Stockpile Site; Prepare aggregate stockpile
sites to accommodate the produced quantities within the disturbed areas
of the material sources. Prepare the stockpile sites as necessary to
meet the following conditions: clear and grub; strip topsoil (BLM Pit
only); grade and shape the site to a uniform cross-section that drains;
compact the floor of the site; place, compact, and maintain a minimum
of 100-millimeter layer of screened aggregate over the stockpile site
and access roads for stabilization and to prevent contamination of the
stockpiles. Obtain stockpile site approval before stockpiling
aggregates. The Government must survey the stockpile site by cross
section method after the site is prepared and prior to stockpiling.
Provide the Government 24 hours notice after stockpile site
preparation, and prior to beginning stockpile operations. Make
stockpiles neat and regular in shape. Make the side slopes no steeper
than 1:1.5. Build the stockpiles in layers not to exceed 1 meter in
thickness. Complete each layer before depositing aggregates in the next
layer. Construct stockpile layers by spreading aggregates with trucks
or other approved pneumatic-tired equipment. Do not push aggregates
into piles. Do not dump the aggregate so any part of it runs down and
over the lower layers in the stockpile. Do not drop aggregates from a
bucket or spout in one location to form a cone-shaped pile. Do not
stockpile aggregate where traffic runs through the piles. Avoid
tracking dirt or other foreign matter onto the stockpiled material.
Reclamation: Excavated areas will be finished in a manner that allows
future accessibility by the NWR or BLM for mining operations. Finished
excavation slopes will not be steeper than a 1:1.5 slope for NWR pits
and 3:1 slopes at the BLM Pit. Place oversized waste material in
stockpiles within the disturbed areas of the sources. The stockpiles of
oversized waste material will be utilized by the NWR at a later date.
Acceptance: Stockpiles aggregate will be accepted by certification. The
certification will certify that material produced and stockpiled
satisfies the gradation requirements in Table 2. Include the following
with the certification: date and place of manufacture; test results on
material and documentation of inspection, testing system, and personnel
performing the tests; lot number or other means of cross-referencing to
the manufacturer's inspection and testing system; manufacturer's
statement that the material complies with all contract requirements;
manufacturer's signature or other means of demonstrating accountability
for the certification. Material accepted by certification may be
sampled and tested at any time. Verification samples will be required
for every 1000 cubic meters of surface course aggregate produced.
Samples will be taken by the Contractor from the production belt.
Samples will be submitted to Jay Banta, Fish Springs NWR Manager.
Samples will then be shipped to the FHWA CFLHD Materials Laboratory in
Lakewood, CO. Samples will then be tested for gradation using AASHTO
T-11 and AASHTO T-27. If samples are found not to be in conformance
with the contract, the material will be rejected. Measure stockpiled
aggregate by the cubic meter at the stockpile. Measurement will be by
cross-section methods at 10-meter intervals. Measurements will be
performed by the Government. An existing ground cross-section will be
compared to a final coss-section, an end area will be calculated, and
the resulting volume will be the basis of payment. Payment: The
accepted quantities, measured as provided above, will be paid at the
contract unit price per unit of measurement for the pay item listed
below. Payment will be full compensation for the work prescribed in
this Item. No payment will be made for aggregate failing to meet the
gradation specified in Table 2. Payment will be made under Pay Item 2,
Stockpiled Aggregate, Pay Unit, Cubic Meter. ITEM 3, BULLDOZER (100 KW
minimum). Description: This work consists of furnishing and operating
a bulldozer to strip and stockpile overburden/topsoil, reshape and
flatten side slopes as part of pit reclamation, and any other work
ordered by the Contracting Officer. Measurement: measure bulldozer by
the hour of production time as ordered by the Contracting Officer.
Payment: Payment will be full compensation for the work prescribed in
this Item. Payment will be made under: Pay Item 3, Bulldozer (100 KW
minimum), Pay Unit, Hour. The successful offeror will be required to
submit a 50% Payment Protection. The provision at 52.212-1,
Instructions to Offerors Commercial, applies. The provision at
52.212-2, Evaluation Commercial Items, applies. EVALUATION FACTORS: The
significant evaluation factors are price, technical capability and past
performance. Technical capability and past performance are equal, and
when taken together, are equal to price. Offerors are to include a
completed copy of the provision at 52.212-3, Offeror Representations
and Certifications Commercial Items, with its offer. The clause at
52.212-4, Contract Terms and Conditions Commercial Items, applies. The
clause at 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Commercial Items, applies, of
which the following clauses are appropriate: 52.222-21 Prohibition of
Segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity (E.O.
11246); 52.222-35 Affirmative Action for Disabled Veterans and Veterans
of the Vietnam Era (38 U.S.C. 4212); 52.222-36 Affirmative Action for
Workers with Disabilities (29 U.S.C. 793), 52.232-34, Payment by
Electronic Funds Transfer Other Than Central Contractor Registration
(31 U.S.C. 3332). The following clauses are applicable: 52.211-18
Variation in Estimated Quantity (APR 1984), 52.222-4 Contract Work
Hours and Safety Standards Act -- Overtime Compensation (JUL 1995),
52.222-6 Davis-Bacon Act (FEB 1995), 52.222-7 Withholding of Funds (FEB
1988), 52.222-8 Payrolls and Basic Records (FEB 1988), 52.222-9
Apprentices and Trainees (FEB 1988), 52.222-10 Compliance with Copeland
Act Requirements (FEB 1988), 52.222-13 Compliance with Davis-Bacon and
Related Act Regulations (FEB 1988), 52,236-2 Differing Site Conditions
(APR 1984), 52.236-3 Site Investigation and Conditions Affecting the
Work (APR 1984), 52.236-9 Protection of Existing Vegetation,
Structures, Equipment, Utilities, and Improvements (APR 1984),
52.246-12 Inspection of Construction (AUG 1996). SUBMISSION
REQUIREMENTS: Offerors are to submit unit prices and totals for Items
1 through 3, technical capability and past performance references, and
the Offeror Representations and Certifications at 52.212-3. Offers are
due no later than 4:00 p.m. on August 10, 2000. Mail offers to Ms.
Aileen Y. China, Federal Highway Administration, 555 Zang Street, Room
259, Lakewood, CO 80228. For project location maps, Wage Determination
No. UT000027, copies of provisions or clauses, and a copy of 52.212-3,
Offeror Representations and Certifications, please contact Aileen
China at (303) 716-2261 or Ed Hammontree at (303) 716-2110. The
government intends to make a single award to the responsive,
responsible offeror whose offer is the most advantageous to the
Government, price and price-related factors considered. All responsible
sources may submit a quotation, which shall be considered. Posted
07/11/00 (W-SN473387). (0193) Loren Data Corp. http://www.ld.com (SYN# 0286 20000713\56-0003.SOL)
| 56 - Construction and Building Materials Index
|
Issue Index |
Created on July 11, 2000 by Loren Data Corp. --
info@ld.com
|
|
|