Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2005 FBO #1236
SOLICITATION NOTICE

37 -- Supply, haul and apply 134 tons of Polymer Modified Emulsified Asphalt

Notice Date
4/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Central Oregon Procurement, Deschutes NF, 1001 SW Emkay Drive, Bend, OR, 97702
 
ZIP Code
97702
 
Solicitation Number
R6-01-5-0020
 
Response Due
4/28/2005
 
Archive Date
5/13/2005
 
Point of Contact
Cynthia Follose, Contracting Officer, Phone (541) 383-5552, Fax (541) 383-5544, - Joann Smalling, Procurement Technician, Phone 541-383-5543, Fax 541-383-5544,
 
E-Mail Address
cfollose@fs.fed.us, jsmalling@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
Description of Work: Supply, haul and apply 134 tons of Polymer Modified Emulsified Asphalt Document Type: Combined Synopsis/Solicitation Solicitation Number: R6-01-5-0020 Posted Date: April 13, 2005 Response Date: April 28, 2005, COB 16:30 Set Aside: Total Small Business Contract Type: Supply of Commercial Items Work completion date: July 15, 2005 Contracting Office Address Department of Agriculture, Region 6, Deschutes National Forest, 1001 SW Emkay Dr, Bend, OR 97702 Description of Work: The purpose of the procurement is to supply, haul and apply an estimated 134 tons of Polymer Modified Emulsified Asphalt (HFE-90-IS or equivalent) for chip sealing on Forest Road 11 within the Sisters Ranger District on the Deschutes National Forest. (See attached vicinity map).Quotes to include distributor labor. Equipment: The asphalt distributor shall be so designed, equipped, calibrated, maintained, and operated, that material may be applied uniformly on variable widths of surface up to 16 feet at readily determined and controlled rates from 0.05 to 2.0 gallon per square yard, with uniform pressure and with an allowable variation from any specified rate not to exceed 0.02 gallons per square yard. Distributor equipment shall include a tachometer, pressure gauges, and an accurate volume measuring device or a calibrated tank. Distributors shall be equipped with a power unit for the pump and full circulation spray bars that adjust laterally and vertically. One hour will be allowed for distributor to refill from tanker. Time in excess of one hour will not be counted for pay purposes. Application: Material shall be applied in a uniform, continuous spread. The distributor shall be moving forward at proper application speed when the spray bar is opened. Any skipped areas or deficiencies shall be corrected. Junction of spearheads shall be carefully made to ensure uniform coverage and smooth-riding surface. The product shall be applied only when the pavement temperature, in the shade, is seventy-five (75) degrees F. steady and rising. The material shall not be applied when rain is anticipated within twenty-four (24) hours of application, or when weather is overcast or foggy. Contract start date will be negotiated as the weather becomes favorable for application. Desired contract completion date is July 15, 2005, weather permitting. Shipments: Individual deliveries will be made by written, telephone, or verbal notice to the Contractor or the Contractors delegated representative, giving the time, place and quantity for delivery. All shipments will be called for by the Government in truck-transport quantities. Drivers may be subject to a two (2) hour delay for unloading. Vendor will be reimbursed at the standard demurrage costs for delays in excess of two (2) hours, unless delays are caused by the vendor. (Vendor to provide the Government with a copy of their “standard” demurrage rates). As there is no bulk storage on the Deschutes National Forest, a cancellation notice delivered at least 12 hours prior to scheduled delivery, shall be honored by the vendor. This requirement is necessary due to conditions beyond our control i.e. weather, fire, breakdowns, and changing work schedules. If the Government doesn’t give the 12 hour notice and is unable to use the quantity ordered, the Government will negotiate an equitable adjustment with the Contractor using common demurrage practices. Inspection and Acceptance at Destination: Inspection and acceptance of the supplies to be furnished hereunder shall be made at destination by the receiving office of consignee shown elsewhere in the contract. Inspection and Testing Samples: When each load of product is delivered, the Contractor shall furnish the COR with one copy of the Bill of Lading and a fully executed Certificate of Compliance conforming to the applicable format below. A separate Certificate of Compliance will not be required if the Standard Bill of Lading contains the essential information required by the Certificate. Consignee_____________________________Destination___________________Contract No.________________ Identification (Truck #, Car # etc ______________________________________ Date_______________________ Type and Grade__________________________________ With additive %_________________________________ Loading Temperature______________________________ Net Weight____________________________________ Producer__________________________________ Producer Representative________________________________ Signed ____________________________________ Signed______________________________________________ The following clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items (Jan 2005). 52.212-2 Evaluation-Commercial Items (Jan 1999). 52.212-3 Offeror Representations and Certifications-Commercial Items (March 2005). 52.212-4 Contract Terms and Conditions-Commercials Items (Oct 2003). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2005). 52.219-6 Notice of Total Small Business Set-Aside (June 2003). 52.222-3 Convict Labor (June 2003). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004). 52.222.21 Prohibition of Segregated Facilities (Feb 1999). 52.222-26 Equal Opportunity (April 2002). 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001). 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998). 52.222-37 Employment Records on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001). 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004). 52.225-1 Buy American Act-Supplies (June 2003). 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 52.204-3 Taxpayer Identification (Oct 1998). 52.204-6 Data Universal Numbering System (DUNS) Number (Oct 2003). 52.204-7 Central Contractor Registration (Oct 2003). 52.204-8 Annual Representations and Certifications (Jan 2005). 52.211-6 Brand Name or Equal (Aug 1999). 52.211-9 Desired and Required Time of Delivery (June 1997). 52.211-10 Commencement, Prosecution, and Completion of Work (Apr 1984). 52.211-18 Variation in Estimated Quantity (Apr 1984). 52.243-1 Changes-Fixed Price (Aug 1987). Schedule of Items: Item 1: Supple, haul and apply Polymer-modified high-float asphalt emulsion (HFE 90-1-S or equivalent) on Forest Service Road 11. Price to include distributor labor/time. Qty; 134, Unit; Tons, Unit Price__________________ Total amount___________________. A written quote package will be sent out, if so desired. Contact Cyndy Armour, Contracting Officer at 541-383-5552 or Joann Smalling, Procurement Technician at 541-383-5543. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Evaluations Factors: Past Performance-Firms performing similar work that have successfully completed these projects within the last three years. Successful completion will be based on the following factors: a) Timeliness-Projects were completed on schedule; if delays in contractor work completion occurred, they were outside the controls of the contractor. b) Work quality; 1) History of efficient and consistent quality construction projects. 2) Demonstrated by a consistent record of customer satisfaction. 3) Excellent communications with customers. Business Organization- List names of all KEY personnel who will be directly involved on this project. List the on-site project managers experience and qualifications along with other onsite employee’s skills and experience performing similar work. Price. These factors are listed in descending order of importance. Offeror’s should address each item listed under the three factors, as these items will be the basis for best value determination for award. All evaluation factors, other than price, when combined, shall be more important than price. However, trade-offs among cost or price and non-cost factors shall allow the Government to accept “best value”. The Government may issue orders to other than the lowest quote, waive minor informalities or irregularities in quotes received or elect to not award at all. The Government may issue an order on the basis of quotes as received, without entering into discussions with any Quoter’s. Therefore, each initial quote should contain the Quoter’s best terms. The Government is not obligated to request additional information, and in the absence of appropriate information, the Government may rely on personal knowledge of the firm. Point of Contact Cyndy Armour, Contracting Officer, Phone 541-383-5552, Email carmour@fs.fed.us. Joann Smalling, Procurement Technician, Phone 541-383-5543, Email jsmalling@fs.fed.us . Technical contact is Kelsey DeJean, Phone 541-383-5691, Email kdejean@fs.fed.us. Place of Performance Forest Road 11 on the Sisters Ranger District of the Deschutes National Forest. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (13-APR-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USDA/FS/04GG/R6-01-5-0020/listing.html)
 
Place of Performance
Address: Pine Street and Highway 20, Bend, OR
Zip Code: 97759
Country: USA
 
Record
SN00787807-F 20050415/050413214052 (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.