Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2002 FBO #0164
SOLICITATION NOTICE

Y -- Highway Construction-Aggregate Surface Course, Sully''s Hill National Wildlife Refuge, Benson County, North Dakota

Notice Date
5/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Central Federal Lands Highway Division, Room 259 555 Zang Street, Lakewood, CO, 80228-1010
 
ZIP Code
80228-1010
 
Solicitation Number
DTFH68-02-RFQ-00178
 
Response Due
5/23/2002
 
Archive Date
6/7/2002
 
Point of Contact
Lori Kliethermes, Acquisition Program Specialist, Phone (303)716-2015, Fax (303)969-5971,
 
E-Mail Address
lori.kliethermes@fhwa.dot.gov
 
Description
This is a combined synopsis/solicitations for the 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 DTFH68-02-RFQ-00178 is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 6. NAICS code 23411. Small business size standard is $27.5 million. Program: Item No. 1, Granular Backfill, 2000 CU YD. Item No. 2, Dump Truck, 8-10 Cubic Yard Capacity, 20 hours. Item No.3, Hydraulic Excavator- tracked, with a minimum GVW of 60,000 lb, 180 hp and 1 cubic yard bucket (similar to a Caterpillar 325C L), 40 hours. Item 4, General Labor, 80 hours. The estimated price range for this project is between $0.00 and $40,000.00. Period of performance is 14 days, with work to begin immediately upon receipt of the Notice to Proceed, following award. Davis Bacon Wage Determination No. ND020002, dated March 1, 2002, applies. Location: The work is located on the road/dike that separates Devil's Lake from Sweetwater Lake on Sully's Hill National Wildlife Refuge, North Dakota. Sully's Hill NWR is located next to the town of Fort Totten, approximately 20 miles south of the town of Devil's Lake, ND. See web address: http://www.cflhd.gov/edi/pna/currentsol.htm to view Plan map (Appendix A) for work locations within the Refuge. Click on current solicitation titled ND RRP-SUHI 10(1). Scope of work: The work consists removing existing articulated concrete erosion control mats out of disturbed areas, providing and placing granular backfill to restore eroded embankment slopes to approximately their original configuration, and replacing existing articulated concrete erosion control mats along the water's edge. The work also consists of removing and reinstalling 50 feet of post and cable guardrail and one sign and placing granular backfill above two in-place culverts. Remove and replace articulated concrete erosion control mat. This work will be performed using hydraulic excavator equipment hours, dump truck hours and general labor hours. Articulated concrete erosion control mats only need to be pulled up on the bank far enough to allow placement of granular backfill. After finishing of granular backfill, reinstall articulated concrete erosion control mats as shown on the cross-sections (Appendix B) and as directed by the COTR. See web address: http://www.cflhd.gov/edi/pna/currentsol.htm to view cross-sections. Remove and reinstall post and cable guardrail and sign. This work will be performed using hydraulic excavator equipment hours, dump truck hours and general labor hours. Remove guardrail posts and cable and directional sign prior to preparation for granular backfill. After granular backfill finishing operations and replacement of articulated concrete erosion control mats are complete reinstall post and cable guardrail and directional sign at the locations shown on the Plan map in Appendix A; web address: http://www.cflhd.gov/edi/pna/currentsol.htm. Preparation for granular backfill. This work will be performed using hydraulic excavator equipment hours, dump truck hours and general labor hours. Not all areas along the Wildlife Classroom Loop Road need repair and will be determined in the field by the COTR. Prepare the foundation for granular backfill along the Wildlife Classroom Loop Road by removing driftwood, trash and other deleterious matter from the area as directed by the COTR. Haul debris to the Sully's Hill maintenance yard. Consolidate existing material by placing the hydraulic excavator's bucket in contact with the granular backfill, lifting the tracks partway using hydraulics, and then rapidly cycling the hydraulics a minimum of two times. Prepare the foundation above the culverts by saw-cutting the existing asphaltic pavement to neat lines prepared by the COTR. Haul debris to the Sully's Hill maintenance yard. Placement, compaction and finishing granular backfill. This work will be performed using granular backfill. Place granular backfill along Wildlife Classroom Loop Road and above the culverts in lifts not to exceed 1.0 foot. Some material may need to be placed under water. Compact granular backfill along Wildlife Classroom Loop Road by placing the hydraulic excavator's bucket in contact with the granular backfill, lifting the tracks partway using hydraulics, and then rapidly cycling the hydraulics a minimum of two times. Compact granular backfill above the culverts by Awheel-rolling@ or other approved methods. Finish the granular backfill along Wildlife Classroom Loop Road to the approximate original configuration as shown on the cross-sections in Appendix B and as directed by the COTR. See web address: http://www.cflhd.gov/edi/pna/currentsol.htm for Appendix B. Finish the granular backfill above the culverts to match the existing paved grade. Material: GRANULAR BACKFILL. Furnish hard durable particles or fragments of crushed stone or gravel conforming to the size and quality requirements for granular backfill material normally used locally in the construction and maintenance of highways by the State of North Dakota. Furnish granular backfill with a maximum size of 3" as determined by AASHTO T 27 and T 11, uniformly graded from coarse to fine and free of organic material, lumps or balls of clay, and other deleterious matter. ARTICULATED CONCRETE EROSION CONTROL MATS. The mats are currently in-place along the west side of the Wildlife Classroom Loop Road. The mats are comprised of square concrete blocks, approximately 18"x18"x4", connected to each other by cable with 3" gaps between blocks. Each mat is approximately 6 feet wide. No additional mats will be required. Acceptance. All work will be accepted by certification and visual inspection. Certification-Furnish one certification per material source stating that the material complies with all contract requirements. Visual Inspection-visually monitor construction activities and take corrective action if needed to comply with contract requirements. Materials or work which are found to be not in compliance with the contract requirements will be corrected or removed and replaced at no cost to the Government. Measurement: Measure granular backfill in the haul vehicle by the cubic yard. Measure hydraulic excavator by the hour. Measure general labor by the hour. Measure dump truck by the hour. Payment: The accepted quantities, measured as provided above, will be paid at the contract price per unit of measurement for the pay items listed below. Applicable Provisions and Clauses: The provision at 52.212-1, Instructions to Offerors - Commercial Items 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 combined, are equal to price. The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items applies. 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; 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 (29U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietname Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332). The following clauses are applicable: 52.211-18, Variation in Estimated Quantity; 52.222-6, Davis-Bacon Act; 52.222-7, Withholding of Funds; 52.222-8, Payrolls and Basic Records; 52.222-9, Apprentices and Trainees; 52.222-10, Compliance with Copeland Act Requirements; 52.222-12, Contract Termination - Debarment; 52.222-13, Compliance with Davis-Bacon and Related Act Regulations; 52.222-14, Disputes Concerning Labor Standards; 52.222-15 Certification of Eligibility; 52.222-23, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction; 52.222-27, Affirmative Action Compliance Requirements for Construction; 52.228-15, Performance and Payment Bonds-Construction (July 2000) of which only a Payment Bond will be required in the penal amount of 100% of the original contract price; 52.236-2, Differing Site Conditions; 52.236-3, Site Investigation and Conditions Affecting the Work; 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements; 52.246-12, Inspection of Construction. SUBMISSION REQUIREMENTS: Offerors are to submit unit prices and totals for Items 1 through 4, Offerors are to include technical capability and past performance references and a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. A Payment Bond in the penal amount of 100 percent of the original contract price will be required and due not later than 5 business days following award of this solicitation. Completed offers are due not later than 2:00 p.m. on Thursday May 23, 2002. Mail offers to: Ms. DD Daly, Federal Highway Administration, 555 Zang Street, Room 259, Lakewood, Co 80228. For project location maps, Wage Determination No. ND020002, copies of provisions and clauses and a copy of 52.212-3, Offeror Representations and Certifications, please contact Ms. DD Daly at 303-716-2016. For technical questions, please contact Mr. Dan Onisko at 303-716-2241. These documents can also be found at web address: http://www.cflhd.gov/edi/pna/currentsol.htm. The government intends to make a single award to the responsive, responsible offeror whose offer is most advantageous to the Government. Price and price-related factors considered. All responsible sources may submit a quotation, which shall be considered. For more information on this synopsis/solicitation send EMAIL to: ddaly@road.cflhd.gov
 
Place of Performance
Address: Sully's Hill NWR is located next to the town of Fort Totten, approximately 20 miles south of the town of Devil's Lake., Benson County, ND
 
Record
SN00075768-W 20020515/020513213140 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.