Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24, 2001 PSA #2922
SOLICITATIONS

96 -- FLEX BASE MATERIAL

Notice Date
August 22, 2001
Contracting Office
International Boundary & Water Commission, United States Section, The Commons, Building C, Suite 310, 4171 N Mesa St., El Paso TX 79902-1441
ZIP Code
79902-1441
Solicitation Number
RFQ H-16-01
Response Due
September 4, 2001
Point of Contact
Irma Gurrola (915)832-4716, Dolores Hinton (915)832-4120
E-Mail Address
IBWC, Acq. Div. (irmagurrola@ibwc.state.gov or doloreshinton@ibwc.state.gov)
Description
The United States Section of the International Boundary and Water Commission, United States and Mexico (USIBWC), Presidio, TX, has a requirement for Flex Base Material, Type C, Grade 6.The Contractor shall furnish, haul and stockpile 4,000 tons of flexible base material in accordance with the requirements of "Texas Department of Transportation, 1993 Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges" for Item 247 Flexible Base, Type C, Grade 6, Measurement Class 2. Materials: The flexible base material shall be crushed or uncrushed as necessary to meet the requirements herein, and shall consist of durable coarse aggregate particles and binding materials. Physical Requirements: Type C: Type C material shall be crushed gravel. Crushed gravel shall have a minimum of 60 percent of the particles retained on the No. 4 sieve with two (2) or more crushed faces as determined by Test Method Tex-460-A, Part I. Grade 6 Grading Requirements: U.S. Standard Sieve Size -- 2" -- 0 Percent, Size 1 3/4" -- 0-10 percent, Size " -- 20-50 percent, Size No. 4 -- 45-75 percent, Size No. 40 -- 60-80 percent. Max Liquid Limit -- 45, Max Plasticity Index -- 15, Wet Ball Mill Max -- 50. Measurement (Class2): Measurement will be by the ton of 2000 pounds dry weight in vehicles as delivered. Standard platform truck scales confirming to the requirements of Item 520, "Weighing and Measuring Equipment" will be accepted. The dry weight will be determined by deducting the weight of the moisture in the material at the time of weighing from the gross weight of the material. The moisture in the material will be determined in accordance with Test Method Tex-103-E at least once each day. Prior to material delivery the Supplier shall furnish to the Contracting Officer's Representative (COR) a report of calibration for a scale mechanic licensed by the Texas Department of Agriculture using certified weights, certifying that the scales meet the requirements of Item 520. When inaccuracy or inadequacy is discovered, scale use will not be resumed until corrective measures have been completed and/or the scales calibrated as provided by Item 520. Any electronic device which has been adapted for weighing that meets the calibration requirements is acceptable. The COR shall be furnished with a signed, certified weight ticket for each load delivered. Payment: Payment for furnishing, hauling, weighing, obtaining permits, gradation testing, and stockpiling flexible base material in accordance with this Item and measured as provided under Measurement will be paid for at the unit price per ton bid price. Sampling and Testing: The Contractor shall be responsible for the sampling and testing of material. Sampling and testing shall be performed by a commercial testing laboratory. The materials shall be tested to establish compliance with the specified requirements as stated above. Final approval of the material will be based on tests and gradation, liquid limit, and plasticity index. Testing of flexible base material shall be in accordance with the following Texas Department of Transportation standard laboratory test procedures: Moisture Content -- Tex-103-E, Sieve Analysis -- Tex-110-E, Liquid Limit -- Tex-104-E, Plasticity Index -- Tex-106-E, Wet Ball Mill -- Tex-116-E. Frequency of Testing: The Contractor shall: (1) test once prior to delivery for: gradation, liquid limit, plasticity index and wet ball mill, (Contractor is to notify COR at least three (3) days prior to taking samples for gradation, liquid limit, plasticity index and wet ball mill); and (2) test for moisture content once each day. Inspection: Flexible base material which the Contractor proposes to furnish shall be available for inspection by the COR. All sources or stockpiles the Contractor uses to supply materials for this contract shall be subject to inspection and approval by the COR for the duration of the contract. Submittals: The Contractor shall submit, within ten (10) calendar days after receipt of Notice of Award, the sources of flexible base material proposed for use. The Contractor shall submit, within ten (10) calendar days after receipt of Notice of Award, any available service and test records of flexible base materials from the proposed sources. The information will be used to supplement the testing required under Section IV Sampling and Testing. The Contractor shall submit, within twenty-four (24) hours of performance of the tests, the results of all tests performed. The Contractor shall submit three (3) copies of all submittals to the CO at the following address: Contracting Officer, International Boundary and Water Commission, 4171 N. Mesa, Suite C-310, El Paso, Texas 79902-1441. The Government will require 10 calendar days, from date of receipt of submittals, for review and approval thereof. If the submittals require changes or revisions, such will be done at the Contractor's expense, and shall be resubmitted within five (5) calendar days after receipt of the Government's comments by the Contractor. Place of Delivery: The flexible base material shall be delivered and stockpiled at the Presidio Field Office storage area "Eight-Acres" located 1 mile north of Presidio, Texas along FM 170. The Contractor shall coordinate the deliveries with the COR. Access to the Work: Access to the stockpile sites within International Boundary and Water Commission (USIBWC) Right-of-Way from existing federal, state, county or municipal roads shall be provided by the Government. The Government assumes no responsibility for the condition or maintenance of any existing road or structure thereon that may be used by the Contractor for performing the work under these specifications and for traveling to and from the site of the work. The Government assumes no responsibility for damages to Contractor's equipment due to the condition or maintenance of any existing road or structure within USIBWC Right-of-Way. The hauling of the flexible base material over public highways, roads or bridges shall be in compliance with the applicable federal, state and local regulations and shall be such as to minimize interference with or congesting of local traffic. The Contractor shall be responsible for acquiring any State, City or Local permits for utilization of streets or highways. Period of Performance: The period of performance for the contract shall be 60 calendar days. The delivery of the flexible base material shall commence within ten (10) calendar days of notification by the CO. Deliveries of stone materials shall be made between the hours of 8:00 A.M. to 5:00 P.M., Monday through Friday. Submit faxed quotations to "Acquisitions:, at 915/832-4192. QUOTATIONS ARE DUE September 4, 2001, by 1:00 P.M. MDT. U.S. Mail, e:mail, Federal Express and facsimile quotations will be accepted. Submit faxed quotations to "Acquisitions:, at 915/832-4192. The address for receipt of quotations is International Boundary & Water Commission, 4171 N. Mesa, Bldg. C-310, El Paso, TX 79902. Facsimile quotations are subject to the same rules as paper quotations. The telephone number of receiving facsimile equipment is: (915) 832-4192. If any portion of a facsimile proposal received by the Contracting officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document: (1) the Contracting Officer shall immediately notify the offeror and permit the offeror to resubmit the proposal; (2) the method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) the resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. The government reserves the right to make award solely on the facsimile quotation. However, if requested to do so by the Contracting Officer, the apparent successful offeror shall promptly submit the complete original signed quotation. Award will be made to the lowest responsible offeror. Please include references with your quotation. Simplified procurement procedures will be used as well as commercial item acquisition regulation per FAR 12. 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. The solicitation number is RFQ H-16-01 and is issued as a Request for Quotes. This solicitation document incorporates provisions and clauses which are in effect through Federal Acquisition Circular 97-27. Applicable FAR Clauses/Provisions that apply to this requirement are as follows and are incorporated by reference: (a) 52.212-1, Instructions to Offerors -- Commercial Items; (b) 52.212-3, Offeror Representations and Certifications-Commercial Items. Offerors shall include a completed copy of this provision with its offer, (c) 52.212-4, Contract Terms and Conditions- Commercial Items; (d) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial items. Additional FAR clauses cited in 52.212-5 that are applicable to the acquisition are as follows: 52.222-3, Convict Labor; 52..233-3, Protest After Award; 52.203-6, Restrictions on Subcontractors Sales to the Government, 52.219-4, 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for disabled Veterans and Veterans of the Vietnam Era; 52.222-35, Affirmative Action for Workers With Disabilities; 52.222-19, Child Labor-Cooperation With Authorities and Remedies, 52.225-1, Buy American Act-Balance of Payments Program-Supplies; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-34, Payment by Electronic Funds Transfer-Other Than Central. The referenced provisions/clauses are available on the Internet at http:www.arnet.gov/far. The applicable NAICS code is 327881, All offers must be signed. Offers should include: Business name and address; Taxpayer Identification number; DUNS number; and business size. Price must be F.O.B. Destination. EMAILADD: doloreshinton@ibwc.state.gov
Web Link
IBWC, Acq. Div. (http://www.ibwc.state.gov)
Record
Loren Data Corp. 20010824/96SOL001.HTM (W-234 SN50V6T8)

96 - Ores, Minerals and Their Primary Products Index  |  Issue Index |
Created on August 22, 2001 by Loren Data Corp. -- info@ld.com