Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 11, 2001 PSA #2827
SOLICITATIONS

F -- FDR 142 SURFACING

Notice Date
April 9, 2001
Contracting Office
USDA Forest Service, Gila National Forest, 3005 E. Camino Del Bosque, Silver City, NM 88061
ZIP Code
88061
Solicitation Number
R3-6-01-15
Response Due
May 10, 2001
Point of Contact
Contracting Officer, Maria Anna Fajardo, (505) 388-8340, Melissa Arzaga, (505) 388-8341, Rex Null, (505) 388-8389
E-Mail Address
marzaga@fs.fed.us (cbd-submit@gpo.gov)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation documents, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-23. Solicitation number R3-6-01-15 is issued as a Request for Proposal (RFP) in accordance with FAR subpart 13.5. This acquisition is a 100% small business set-aside. The Northern American Industry Classification System (NAICS) code is 234110 and the size standard is 17.0 million dollars. A firm-fixed price purchase order will be issued under the Test Program for Certain Commercial Items. The solicitation is for FOREST ROAD 142 SURFACING Description of WorkThe work shall consist of production, haul and placement of a 5" aggregate surface course on a 4 mile section of Forest Service Road (FSR) 142. The Forest Service will be responsible for reconditioning the road prior to scarification and placement of aggregate surface course by the CONTRACTOR. Project LocationThe Project Site is located on the Gila National Forest, in the southwest quadrant of New Mexico and may be accessed via the following; from Reserve NM, travel south on NM 435 onto Forest Service Road (FSR) 141 (approximately 5 miles). Then head south and east on FSR 141 to its junction with FSR 28 (approximately 29 miles). Then travel south on FSR 28 to its junction with FSR 142 (approximately 9.3 miles), heading east on FSR 142 to its junction with FSR 142 I (approximately 6 miles), the B.O.P. See attached map for further direction and locations of the identified borrow sources. Forest Service Specifications (FSS)(EM-7720-100LL)(April 1985) The Forest service Publication entitled "Forest Service Specifications for Construction of Roads and Bridges" (FSS), April 1985 edition, is incorporated by reference and made part of this solicitation and any resultant contract with the same effect as if set forth in full text. Copies of the FSS are for sale by the U.S. Government Bookstore, 1660 Wynkoop Street, Suite 130, Denver CO 80202. Copies may be requested from the Contracting Officer, and will be furnished at no cost if available. Applicable standard specifications found in the FSS are listed below. The listed specifications may refer to other standard specifications not listed. Section 101 Abbreviations, Acronyms, & Terms Section 102 Definitions Section 103 Intent of Contract Section 104 Maintenance for Traffic Section 105 Control of Materials Section 106 Measurement & Payment Section 160 Quality Control & Quantity Measurement Section 304 Aggregate Base or Surface Course Section 601 Mobilization Section 611 Development of Pit and Quarries Section 703 Aggregate Special Project Specifications (SPS) Listings Special Project Specifications (SPS) may add to, delete from, or modify the FSS. Only those specifications shown on the following SPS list are applicable to this project and are included in full text. 104-1 Maintenance for Traffic 601-1 Mobilization Operations a) Pit Source Vegetative Clearing: Expansion of rock source, if necessry, shall require the removal of vegetative materials, which shall be piled in neat and compact piles (approximately 5' x 5' square) within the pit excavation areas. Merchantable materials (logs greater than 12 inches at Diameter-Breast-Height) shall be stacked separately. b) Aggregate Surfacing: Two pits have been identified for the development of aggregate surfacing. The primary pit, Gilita Ridge, is located approximately 0.7 miles off FSR 713. If the Forest Service determines there is insufficient material available in the primary pit, the CONTRACTOR shall use the Rainy Mesa pit, located off FSR 141, 27 miles southeast of Reserve. The CONTRACTOR shall use one pit to obtain all required materials. The CONTRACTOR shall provide a separate bid for each pit location; Gilita Ridge 304(10) and Rainy Mesa 304(10)a. See map for pit locations. c) General: If the CONTRACTOR determines the moisture content is insufficient to obtain specified compaction, the CONTRACTOR shall obtain up to 50,000 gallons of water from Snow Lake via the boat ramp. The CONTRACTOR shall be required to meter the consumption of water to insure the 50,000 gallons allowed is not exceeded. If the CONTRACTOR wishes to camp at the jobsite, or nearby, a camping permit from the Reserve Ranger District shall be obtained. When working in any area open to public use, the CONTRACTOR shall clean and maintain the work site to minimize hazards to the public. At the end of the work day, the CONTRACTOR shall collect all refuse, garbage, rubbish, solid wastes, and liquid wastes from the CONTRACTOR's camping, parking, equipment, maintenance areas and the project area, and dispose of them at a State approved disposal site. Motor and gear oil from the CONTRACTOR's equipment shall not be drained on the ground. Used oils are considered liquid wastes and must be disposed of off-site in accordance with State disposal regulations. All fuels and liquids stored at the jobsite shall be stored in compliance with all State and Federal laws and regulations. All operations shall be conducted strictly within the roadway or maximum pit limits, unless otherwise approved in writing by the CONTRACTING OFFICER. Drawings The following maps, detail drawings, and schedules of work are included in this contract as listed below, and are incorporated after these specifications in SECTION C. EXHIBIT 1 Project Location Map EXHIBIT 2 Project Area Map EXHIBIT 3 Typical Road Cross Sections Barricades, Warning Signs, and Other Devices The CONTRACTOR shall provide, erect, and maintain all necessary barricades, suitable and with sufficient lights, danger signals, signs, and other traffic control devices, and shall take all necessary precautions for the protection of the work and safety of the public. Suitable warning signs shall be provided to properly control and direct traffic. The CONTRACTOR shall erect warning signs in advance where operations may interfere with the use of adjacent road(s) by traffic. All barricades, warning signs, lights, temporary signals, flag persons, and pilot car operators and equipment, and other protective devices except for special devices, shall conform with the current edition of the Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD) published by the Federal Highway Administration. No direct payment will be made for work required by this section, but the costs thereof will be considered to be included in bid prices of the contract for the Crushed Aggregate item of work. FOR COPY OF SPECIAL PROJECT SPECIFICATIONS AND DRAWINGS CONTACT MELISSA ARZAGA AT (505) 388-8341. Prebid showing will be held May 1, 2001 meet at the project site junction of FSR 142 and 142 I. FAR 52.212-2, Evaluation -- Commercial Items is applicable. The Government will award the contract to the Contractor whose offer represents the best value to the Forest Service on the basis of (1) Price Reasonableness, and (2) Past Performance. Price Reasonableness and Past Performance are equally important. The evaluation criteria for each category are listed in descending order of importance. PRICE REASONABLENESS Criteria (1) Price shall be fair market value for materials, labor, and incidentals represented in the specifications necessary to complete this project. In the event "fair market value" becomes a point of discussion, the resolution will be determined by the use of documented price on completed contracts having similar and/or related work. The following will be evaluated for Price Reasonableness: 1) Total cost of proposal lump sum. PAST PERFORMANCE Criteria (1) (a) Provide the general background, experience and qualifications of the organization. (b) Include a list of similar or related type projects awarded to the firm within the last three (3) years. Include the name of the customer, contact number, dollar amount, time of performance (length of contract, date started and date completed) and the name and telephone number of the contracting officer or procurement official. (c) List any defaults or contract performance problems in the last five (5) years. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, must be completed and included with offer. These clauses can be accessed through the website http://www.arnet.gov/far/. The following FAR clauses apply to this acquisition: 52.212-1, Instructions to Offerors Commercial Items, 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternative, 52.203-10 Price or Fee Adjustment for illegal or Improper Activity, 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, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era , 52.225-3 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program and 52.225-9 Buy American Act -- Balance of Payments Program -- Construction Materials. For information regarding this solicitation, contact Maria Anna Fajardo at 505-388-8340 or Melissa Arzaga at 505-388-8341. Vendors wishing to respond to this solicitation should send their responses to Gila National Forest, 3005 E. Camino del Bosque, Silver City, New Mexico 88061; be sure to reference the solicitation number listed above. Offers must be in writing accompanied by the completed representations and certifications or they will be rejected. Facsimile and telegraphic offers will not be accepted. Offers are due no later than May 10, 2001 at 4:30 pm MST.
Web Link
R3-6-01-15 FDR 142 Surfacing (http://cbdnet.access.gpo.gov)
Record
Loren Data Corp. 20010411/FSOL001.HTM (W-097 SN50I5Y9)

F - Natural Resources and Conservation Services Index  |  Issue Index |
Created on April 9, 2001 by Loren Data Corp. -- info@ld.com