Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2007 FBO #2043
SOLICITATION NOTICE

W -- Trucking and gravel IDIQ, North Cascades NPS Complex; Washington

Notice Date
6/29/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
PWR - NOCA North Cascades NPS Complex 7280 Ranger Station Road Marblemount WA 98267
 
ZIP Code
98267
 
Solicitation Number
Q9471071053
 
Response Due
7/11/2007
 
Archive Date
6/28/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial item services 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. This RFQ and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17. This solicitation is set aside for small businesses, NAICS 238910, Construction equipment rental with operator, with a small business size standard of $13.0 million average annual gross receipts for the past three years. The National Park Service encourages the participation of disadvantaged and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer is the most advantageous for the Government, price and other factors considered. BACKGROUND North Cascades NPS Complex is responsible for storm damage repair of roads and campgrounds. We have needs for heavy equipment to perform a variety of maintenance tasks. This contract will establish rates and procedures for heavy equipment rental with operator to assist with NPS operations, particularly to repair flood-damaged areas. During July through October, 2007, we plan to repair the Cascade River Road and Colonial Creek campground, and the drainage structures at Rhode Creek. Additional work may be required between October and December, 2007, if there is more flood damage. The Contracting Officer's Representative (COR) will determine whether we will rent trucks or trucks with pups at the time we call for trucking service. We cannot determine in advance the exact number of hours of truck hauling required. The Park also has intermittent needs for crushed rock to repair and resurface gravel roads, but cannot determine in advance the exact quantity required. We intend to establish an "Indefinite Delivery - Indefinite Quantity" (IDIQ) fixed-price contract for 10-yard dump trucks hauling gravel and rock, with or without "pups", an excavator with operator, and 1-1/4" minus crushed rock. Lodging and meal services are available in the area on a limited basis. Cellular phones generally do not work and there is no public Internet access. Information about the park can be found at www.nps.gov/noca . SCOPE OF WORK Contractor will provide all needed equipment, labor, and transportation required to provide the service requested. All equipment to be called out and tasks to be performed shall be at the request of the Contracting Officer or a duly authorized Contracting Officer's Representative (COR). All work shall be in accordance with the terms, conditions, and specifications shown below. For work not specifically covered in the following specifications, performance of the work required will be as directed by the Contracting Officer's Representative. The work required by this contract represents requirements in excess of the quantities that the government may itself perform. All work will be ordered and directed by the COR and shall be accomplished within the times specified for each task. This IDIQ contract will remain in effect from date of award until December 31, 2007. Estimated total contract value is <$100,000. EQUIPMENT RENTAL The contractor shall provide 10- or 12-cubic yard heavy-haul trucks and optional pups, in good condition, with fully licensed drivers. The contractor shall be responsible for the safe and legal condition and operation of the trucks. Hauling will take place, in part, during the summer tourist season and on State Route 20. Truck rental time shall begin when trucks arrive at the project at the time set by the COR. This time will usually be 7:00 or 7:30 AM. A half-hour lunch break shall be afforded at approximately 12:00 noon, but NPS will not pay for lunch breaks or time when the truck or trailer is not able to operate legally or safely. Materials will be loaded by contractor's or NPS' employees and drivers shall deliver and dump loads as directed by the COR or project inspector. Gravel and rock will be hauled from Rhode Creek to Newhalem pit and/or up the CRR to approximately milepost 20. Drivers will not be required to manipulate materials after dumping them. At different times in the contract period we will require the use of varying numbers of trucks, with and without pups. At no time will we require more than 4 trucks (two solo and two with pups) simultaneously. The excavator will be operated by the contractor's employee(s) to load materials into the contractor's trucks and/or pups. It must be leak-free, and all servicing must occur off-site. Contractor shall provide: a. Excavator with thumb (John Deere 490 or equivalent or larger, with operator) b. 10- or 12-cubic yard solo dump truck; minimum of 2 each, with operator c. 10- or 12-cubic yard dump truck with pup trailer (18-cubic yard total capacity minimum); minimum of 2 each, with operator d. You may offer other similar or complimentary equipment as well (e.g. grader). CRUSHED ROCK The materials to be purchased under this contract shall comply with WSDOT specification for "Crushed Surfacing Base Course"; shot and crushed rock, nominally 1.25" to dust. Two known sources are the Gold Hill Quarry near Darrington and the Martin Marietta pit in Mount Vernon. State your source and furnish proof that it is crushed shot rock and meets the WSDOT specification with your quote. NPS will not accept river or pit run crushed rock. Pricing will be per ton, delivered and spread as directed by the COR or appointee. All orders will be placed in approximately full truckload increments. In general, the crushed rock deliveries shall be tailgate-spread in approximately three inch lifts on the road surface by the truck, as directed by the COR; no handwork is required by the contractor. We may have some crushed rock delivered in piles. Each truckload of purchased materials shall be accompanied by a delivery ticket showing the date, product, weight (as determined by a certified scale), and delivery location. The ticket shall be in duplicate. It is the contractor's responsibility to obtain the signature of an NPS representative at the delivery point, and to give them one copy of the ticket. DELIVERY SCHEDULE Start date for excavator and trucks is soon after contract award. This start date may be postponed based on when the hydraulic permit is issued. Estimated end date for this work is October 31, 2007, unless future flood damage occurs. Requests for delivery and utilization of contract services will be at least 3 days in advance and will be coordinated by the NPS to coincide with other projects and repairs. Delivery of crushed rock will likely occur in July and August, 2007, and may be coordinated to coincide with road grading; exact dates will be established in consultation with the grading contractor and the COR. DELIVERY LOCATIONS All work required by this contract will be performed in or near North Cascades National Park Service Complex, in areas accessible from State Route 20. The Cascade River road (CRR) is a 23-mile long road extending east from Marblemount, leaving State Route 20 at approximately milepost 106. Colonial Creek campground and Rhode Creek are located at approximately milepost 132 on State Route 20, east of Newhalem. The excavator will be staged at either the Marblemount pit (milepost 1 on the CRR), the gravel stockpile (milepost 7.8 on the CRR), or Colonial Creek campground. Solo trucks will haul NPS-owned gravel and rock from the Marblemount pit or from the gravel stockpile to mileposts 20.5, 20.6, 20.8, and 21.8 on the CRR. Trucks with pups will haul rock and gravel from Colonial Creek campground (Rhode Creek) to the Newhalem pit and dumped as directed by the COR. The pit is outside the town of Newhalem near milepost 120 on State Route 20. The last load of each day shall be delivered job site(s) above milepost 20 on CRR. Drivers may empty their pups at the Newhalem pit (and leave them there overnight) prior to heading up the CRR. The 1-1/4" minus will be delivered and spread between mileposts 18 and 20 on the Cascade River Road. QUANTITIES During the contract period, the NPS shall order according to the following chart. We guarantee purchase of the minimum quantity and will not exceed the maximum quantity. Equipment or material Minimum quantity Maximum quantity Excavator with operator 50 hours 200 hours Dump truck 100 hours 300 hours Dump truck with pup trailer 150 hours 225 hours 1-1/4" minus crushed rock 450 tons 1350 tons ORDERING Individual orders against this contract will be placed by telephone, e-mail, and/or fax, as mutually-agreed upon with the contractor. Persons authorized to place orders are Sarah J. Welch, Contracting Officer, Craig Holmquist, Gerry Cook, Arthur Olson DELIVERY TICKETS AND INVOICING Invoices for equipment rental shall summarize equipment hours, date, and equipment location and be supported by signed time sheets. Payment will be made at the awarded rates for the actual number of hours worked to the nearest quarter hour. Invoices for crushed rock shall summarize deliveries by product and delivery location and be supported by signed delivery tickets. Payment will be made monthly, or more often as agreed to by the Contracting Officer, upon receipt of proper invoice. Invoices should be submitted to the Contracting Officer. WAGES The work of this contract is subject to the Service Contract Act. Employees must be paid the minimum hourly wage identified in determination #2005-2561 for Skagit county, dated 05/29/2007: 23440 - Heavy Equipment Operator $24.44 31361 - Truckdriver, Light $14.27 31362 - Truckdriver, Medium $17.25 31363 - Truckdriver, Heavy $17.40 31364 - Truckdriver, Tractor-Trailer $17.40 The full determination may be obtained from the contracting officer. A description of these wage categories may be viewed online at http://www.dol.gov/esa/regs/compliance/whd/wage/main.htm SAFETY AND ACCIDENT PREVENTION. A. The Contractor is required to establish an effective accident prevention program and providing a safe environment for all employees, visitors, and park personnel. B. The Contractor shall hold monthly safety meetings and provide notification to the COR of the day and time of the meetings so that he/she may attend. C. Upon request, Contractor must submit proof of employees' qualifications to perform assigned duties in a safe manner. D. In the event of conflicts between Federal, State, and Local safety and health requirements, the most stringent shall apply. E. Equipment or tools must meet OSHA requirements. Failure to comply with the requirements of this section may result in suspension of work. F. All accidents must be reported to the COR immediately. A reportable accident is defined as death, occupational disease, traumatic injury to an employee or the public, property damage in excess of $100, and fires. Form DI-134 must be completed and submitted to the COR within three days of an accident. Forms are available from the COR. G. Personal protective equipment must be maintained in a serviceable condition and checked daily. Clean, sanitize, and repair equipment as appropriate. H. Contractor is required to provide all necessary traffic barriers, traffic control signs, markers, and flaggers when required during operations. Traffic control for occupied work areas shall be in accordance with National Standards contained in the Manual of Uniform Traffic Control Devices (MUTCD). I. Contractor's vehicles and machinery operating on or from the travel way or road shoulder shall have flashing lights, strobes, or rotary beacons operated continuously while work is in progress. Truck headlights shall be on while operating. Backup horns shall be required on all self-propelled equipment in excess of 8000 lbs. gross weight. NOXIOUS WEED PREVENTION To prevent the introduction of the seeds from noxious weeds onto NPS land, the Contractor shall wash all mechanized equipment thoroughly. This includes the removal of all soil, seeds, vegetative matter or other debris that could contain or hold seeds. Diffuse or spotted knapweed or rush skeleton weed are the primary noxious weeds of concern. The Contractor shall employ whatever cleaning methods are necessary to ensure compliance with the terms of this provision, and shall notify the NPS prior to moving each piece of mechanized equipment. Cleaning of equipment shall not occur on NPS land. Notification will include identifying the location of the equipment's most recent operation. The NPS will inspect each piece of equipment prior to its being placed into service If a piece of equipment fails the inspection, the Contractor will be responsible to perform whatever methods are necessary to pass upon re-inspection and will bear all costs. PROPOSAL SUBMITTALS Offeror shall provide: A. Contract price schedule, to include: i. List of equipment available, with make, model, year of manufacture, machine hours or miles, and hourly operated rental price for each; ii. Delivery/move price to get excavator to each work site (lump sum or hourly); iii. Price for gravel (per ton, delivered and spread). B. A list of the operators' name(s), experience, and training, as well as any pertinent certifications. C. Gravel source and documentation that their product meets WSDOT specifications. D. At least three references for recently-completed contracts, including company name, contact person, phone number, e-mail address (if available) and physical address. Highlight federal government contracts and work in remote areas. References must be available for contact by NPS. Proposals shall be considered non-responsive of NPS is not able to readily contact references. E. A completed FAR 52.212-3 or a statement that you have completed ORCA (see below). F. A statement regarding your payment preference: direct deposit (net 30 days) or MasterCard. DETAILS Offerors must review and comply with the FAR provisions/clauses listed below. This information is available on the Internet at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-2, Evaluation - Commercial Items (The following factors, listed in descending order of importance, will be used to evaluate offers: (1) Price and (2) Offeror's past performance/experience, as supported by documentation and references); FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with paragraph (b) clauses indicated by number 1, 5, 15, 16, 17, 18, 19, 20, 21, 22, 24, 32, and 34, and with paragraph (c) clauses, indicated by number 1, 2, and 4; FAR 52.216-18, Ordering; FAR 52.216-19 Order Limitations; FAR 52.216-22, Indefinite Quantity; and DIAR 1452.228-70, Liability Insurance (with amounts of $100,000 per person, $500,000 per occurrence, and $1 million property damage; the full text of this clause may be viewed at http://www.doi.gov/pam/1452-3.html@228-70). In addition, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be completed and submitted with your offer, unless you have completed the online representations and certifications (https://orca.bpn.gov/). Prior to award of a contract, the offeror must maintain a current profile in the Central Contractor Registration database (www.ccr.gov), unless payment will be by MasterCard. It is recommended that offerors register prior to submitting their offer. OFFERS ARE DUE ON JULY 11, 2007 AT 4:30 P.M. Offers shall be signed by an official authorized to bind your organization. Offers may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum, unit price for each customer line item (CLIN), extended price, proposal submittals as detailed above, prompt payment terms, contract remittance address, DUNS number, federal tax identification number, name, phone number, and address of your point of contact, a completed copy of FAR 52.212-3, and the proposed submittals described above. Submit two (2) proposals to: U.S. Department of Interior, North Cascades NPS Complex, Attn: Sarah Welch, 7280 Ranger Station Road, Marblemount, WA 98267. Plan ahead - Federal Express does not deliver to our facility; use US Postal Service or UPS. Amendments to this solicitation will be posted to the NPS electronic commerce website (http://ideasec.nbc.gov).
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2559485)
 
Place of Performance
Address: Marblemount area, Skagit county, Washington
Zip Code: 98267
Country: USA
 
Record
SN01331834-W 20070701/070629231552 (fbodaily.com)
 
Source
FedBizOpps 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.