COMMERCE BUSINESS DAILY ISSUE OF JULY 25,2000 PSA#2649 USDI, Bureau of Land Management, Oregon State Office (952), P. O. Box
2965, Portland, Oregon 97208-2965 56 -- AGGREGATE SUPPLY & STOCKPILING SOL HAQ001051 DUE 082100 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 HAQ001051 is issued as
a Request for Quotation (RFQ) and incorporates provisions and clauses
in effect through Federal Acquisition Circular 97-18. 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, Coos and
Douglas Counties, Coos Bay District, Oregon. Supply, deliver and
stockpile approximately 11,900 tons of crushed aggregate as follows:
BID ITEM 1 -- Weatherly-Big Creek Road #22-9-14.0, Crushed Aggregate,
2,200 tons, BID ITEM 2 -- North Fork Coquille River Road #25-10-30.0,
Crushed Aggregate, 1,500 tons, BID ITEM 3 -- Middle Creek Maintenance
Shop, Crushed Aggregate, 3,700 tons, BID ITEM 4 -- Weaver Road
#28-8-18.0, Crushed Aggregate, 1,500 tons, BID ITEM 5 -- Tenmile
Maintenance Shop, Crushed Aggregate, 800 tons, BID ITEM 6 -- Bridge
Maintenance Shop, Crushed Aggregate, 2,200 tons. Submit unit prices for
each item with a total bid price for all items. Delivery time is 90
calendar days beginning November 1, 2000 for all items. Each item of
aggregate will be stockpiled at the following locations. Bid Item 1:
Stockpile site up the Weatherly-Big Creek Road #22-9-14.0. Bid Item 2:
Stockpile site approximately 1.5 miles up the North Fork Coquille
River Road 25-10-30.0 along the left side of the roadway. Bid Item 3:
Stockpile site at the Middle Creek Maintenance Shop approximately 15
miles east of Coquille via country road to Fairview, then right on Coos
Bay Wagon Road, left on Burnt Mountain Access, easterly 2 miles to the
shop. Bid Item 4: Stockpile site along roadway up the Weaver Road
#28-8-18.0. Bid Item 5: Stockpile site at the Tenmile Maintenance Shop
located along Reston Road mile post 2.6. Bid Item 6: Stockpile site at
the Bridge Maintenance Shop 1/4 mile east of the Bridge School in
Bridge, Oregon. 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)
1 inch, Gradation D-1 (GD) 100; SD 1 inch, GD 0; SD 3/4 inch, GD
50-90; SD inch, GD 0; SD No. 4, GD 25-50; SD No. 8, GD 0; SD No. 30, GD
0; SD No. 40, GD 05-25; SD No. 200, GD 02-15. 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 25 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. 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. 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. The aggregate described in these specifications
will be measured and paid for by the ton using certifiedscales. Scale
tickets shall be provided to the government representative on site.
Scale tickets shall have the following information: gross and net
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 August 21,
2000. FAX quotes will be accepted at 503-952-6312. For questions
contact Madeline Small @ 503-952-6222. Posted 07/21/00 (W-SN477565).
(0203) Loren Data Corp. http://www.ld.com (SYN# 0245 20000725\56-0003.SOL)
| 56 - Construction and Building Materials Index
|
Issue Index |
Created on July 21, 2000 by Loren Data Corp. --
info@ld.com
|
|
|