SOLICITATION NOTICE
56 -- Libby Asbestos Project - Residential Topsoil
- Notice Date
- 6/20/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- 55 Broadway; Cambridge, MA 02142
- ZIP Code
- 02142
- Solicitation Number
- DTRS57-03-B-60009
- Response Due
- 7/23/2003
- Archive Date
- 8/22/2003
- Point of Contact
- Point of Contact - Michael L Raymond, Contract Specialist, (617) 494-2313
- E-Mail Address
-
Email your questions to Contract Specialist
(raymondm@volpe.dot.gov)
- Description
- NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items, Part 13.5 Test Program for Certain Commercial Items, and Part 14 Sealed Bidding. The solicitation number is DTRS57-03-B-60009 and is issued as Invitation for Bids (IFB). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 01-14. This solicitation is a HubZone Small B usiness Concern Set-Aside in accordance with FAR 19.13. The North American Industry Classification Systems Code is 212399 and the Small Business size standard is 500 employees. All Bidders shall be certified as a HubZone Small Business Concern by the Small Business Administration, Bidders must submit a copy of the certification with their bid. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA has a requirement for assisting the U. S. Environmental Protection Agency, to provide residential topsoil in Libby, Montana. The residential topsoil will be used as part of site remediation and restoration in the city of Libby, Lincoln County, Montana. The Bidder will provide all the necessary equipment, material and labor to p rovide the full maximum quantity stated below. The Bidder will provide the necessary permit(s) for Opencut Mining as required by the state from which the residential topsoil material originates. The blending of residential topsoil materials from more than one site is not authorized. Residential topsoil shall meet the following specifications: (1) it shall consist of surficial soil horizon materials; (2) it shall not contain stones, roots, sticks, or other non-soil material larger than one inch in the largest diameter; (3) it shall meet the following requirements: Organic Matter, Requirement no less than 3 to no more than 10 percent; pH, Requirement no less than 6 to no more than 8; Electrical Conductivity (EC), Requirement less than 4 mmhos/cm, Sodium Absorption Ratio (SAR), Requirement l ess than 12 meq/L; Residential topsoil shall meet the following gradation: Sieve Size 1 inch, Percent Finer by Weight 100%, Sieve Size No. 10, Percent Finer by Weight no less than 90% to no more than 100% and, Sieve Size No.270, Percent Finer by Weight no less than 30% to no more than 70% (4) it shall contain no more than 10% gravel (less than 2mm to 1 inch). The Bidder shall provide and include in their bid package analytical test results from an independent laboratory showing the residential topsoil material meets the Government?s specifications for topsoil. Five (5) residential topsoil samples shall be analyzed by the Bidders independent lab using the following analytical methods: Organic Matter; American Society of Agronomy (ASA) Monograph 9, Part 2 (1982), Method 29-3.5.2 (Walkley-Bla ck Procedure), pH; (ASA) Monograph 9, Part 2 (1982), Method 10-3.2, Electrical Conductivity (EC); (ASA) Monograph 9, Part 2 (1982), Method 10-3.3. Sodium Absorption Ratio (Ca, Mg, Na); (ASA) Monograph 9, Part 2 (1982), Method 10-3.4, EPA 6010B/6020, Particle Size (Sieve sizes: 1-inch, No. 10, and No. 270); and American Society for Testing and Materials (ASTM) D422 - Standard Test Method for Particle-Size Analysis of Soils. The Bidder shall provide and include with their bid package a copy of a USGS quad sheet, or portion thereof to show the location of the borrow source area and the 5 sample locations (one sample from each corner and one sample from the center). Finally, the Bidder shall provide and include in their bid package, a statement that the material they propose for use on the project will be obtained from a native source and not previously used topsoil material from a developed location. During the bid review process the Government will accompany the Bidders to their burrow source to obtain samples for environmental sampling and testing to confirm that the topsoil material is clean as defined by the State of Montana Department of Environmental Quality standards for clean topsoil which include: The Government will analyze the residential topsoil material for Total Petroleum Hydrocarbons (TPH), Polynuclear Aromatic Hydrocarbons (PAH), Volatile and Semi-volatile Organics Compounds (VOCs), Pesticides, Polychlorinated Biphenyls (PCBs), Priority Pollutant Metals, and Asbestos by the Polarized Light Microscopy (PLM) Method. The bid will be considered non responsive i f the residential topsoil samples do not meet the above specifications. Also, during the review process the Government reserves the right to sample sources concurrently and consecutively to determine compliance with specifications. The Government reserves the right to sample the source (s) at any time for quality assurance/quality control purposes and to inspect the residential topsoil material at any time including upon loading at the pit, and/or upon delivery to the site to determine compliance with specifications. After award, the Government shall have the right to reject non-conforming, non-homogeneous loads and/or any residential topsoil it deems does not meet specification for use at the site. The Government may periodically perform confirmatory quality assurance/quality control sa mpling on stockpiled or delivered residential topsoil material provided by the Contractor. After award, the Contractor shall provide grain size distribution test results, organic matter, pH, electrical conductivity and sodium absorption ratio test results for every 6,000 cubic yards of topsoil ordered. All of the Contractors trucks must comply with all Federal and State DOT regulations as well as County and local regulations. The Contractor shall provide numbered receipts for each truckload of residential topsoil to the Volpe Center on-site representative upon delivery of each load. During the performance of this contract the Contractor shall maintain and have available for delivery at all times a 3,000 cubic yard (CY) stockpile of acceptable residential topsoil at the topsoil source. The Contractor must have the capability to provide, within a 72-hour notice, up to 1,000 CY of residential topsoil delivered per day and the topsoil shall be available through June 30, 2006. Currently the work schedule is 5 days per week, but if deemed necessary by the Government the work schedule may be increased to 6 days per week. The Government shall provide the Contractor with a written one-week notification of a change in the work schedule. The Contractor shall have the capability to deliver residential topsoil up to six days per week (Monday through Saturday) excluding August 30-September 1, November 27-30, December 24-28, 2003; May 29-31, July 3-4, September 4-6, November 25-28, December 24-26, 2004; May 28-30, July 2-4, September 3-5, November 24-27, December 24-25, 2005; and May 27- 29, 2006. All prices include delivery to site(s). The bid package shall include the following line item in a written quotation: Line Item 0001 Residential Topsoil Delivered 70,000 cubic yards, Unit Price $________, per cubic yard, Total for Line Item 0001 $______, The contract minimum order quantity is 10,000 cubic yards. The remaining 60,000 cubic yards is not guaranteed. Orders will be issued by the Contracting Officer through delivery orders. Delivery Orders will be a maximum of 3,000 cubic yards each. Delivery/Site Location: Delivery of topsoil shall be to various properties located in the City of Libby, Lincoln County, MT. The City of Libby is 25 miles east of Idaho and approximately 40 miles south of Canada. Approximately 90% of the properties will be located within 2.5 miles of downtown Libby, MT; however, some properties may be up to 10 miles from the Libby center. The provision at 52.212-1, Instructions to Offerors ? Commercial Items, is hereby incorporated by reference. Under FAR 52.212-2, Evaluation - Commercial Items, the evaluation factor is price. All Bidders must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items with their bid. The clauses at FAR 52-219-3 - Notice to Total HubZone Set-Aside and FAR 52-212-4 - Contract Terms and Conditions?Commercial Items are incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition; additional clauses cited in FAR 52.212-5 that apply to this acquisition a re: 52.203-6; 52.219-3; 52.219-8; 52.219-14; 52.222-21, 52.222-26; 52.222-35; 52.222-36; 52-222-37 and 52.223-9, 52.232-34. This IFB also incorporates by reference FAR52.232-18 Availability of Funds and FAR 52.214-31 Facsimile Bids. The Government requires each bidder to submit and deliver one original and one copy of its bid package to the U.S. Department of Transportation, Volpe National Transportation Systems Center 55 Broadway, Cambridge MA 02142 ATTN: Michael L. Raymond, DTS-852 Building 4, Room 2102 no later than 2:00 p.m. Eastern Time July 24, 2003. The Bid package must be marked IFB: DTRS57-03-B-60009. As stated in FAR 52.214-31 Bid packages may be submitted via facsimile. If you choose to submit your bid package via facsimile, fax one copy to (617) 494-3024. Also bidders who faxed its bid are required to provide one original and one copy to (617) 494-3024. Also bidders who faxed its bid are required to provide one original and one copy of its bid package to the address listed within 4 calendar days of the due date. The Bidders failure to include in their bid package any of the following required items will render their bid package to be non-responsive: (1) HubZone certification, (2) necessary permits, (3) an original signed bid (4) a statement that the topsoil material proposed for use will be obtained from a native source and not a previously used residential topsoil material from a developed location, (5) USGS Quad Sheet, and (6) the five sample analysis, will render your bid package to be non-responsive. Also the Bidders failure during the sampling and testin g to meet the specifications will render their bid package to be non-responsive. The Contracting Officer for this procurement is Orin D. Cook. Any document(s) related to this procurement will be available on the Internet; these documents will be available on a WWW server, which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Management Division home page is: http://www.volpe.dot.gov/procure/index.html. Telephone request will not be honored.
- Web Link
-
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
- Record
- SN00353111-W 20030622/030620213623 (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 |