Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2009 FBO #2636
SOLICITATION NOTICE

38 -- Riprap supply for Bitter lake NWR Restoration Project

Notice Date
2/11/2009
 
Notice Type
Presolicitation
 
Contracting Office
BUREAU OF RECLAMATION - ALB 555 Broadway NE Suite 100 Albuquerque NM 87102
 
ZIP Code
87102
 
Solicitation Number
09SQ430025
 
Response Due
2/20/2009
 
Archive Date
2/11/2010
 
Point of Contact
Albert Richard Purchasing Agent 5054623568 arichard@uc.usbr.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
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; offers are being requested and a written solicitation will not be issued. Solicitation number 09SQ430025 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-30. This is a total small business set-aside under NAICS 212319 with an associated small business size standard of 500 employees. CLIN 0001:Rock/Riprap Supply for theBitter Lake NWR Restoration ProjectDescription/Specifications/Scope of Work Background Reclamation received a Biological Opinion from the US Fish and Wildlife Service on May 24, 2006. As part of the Reasonable and Prudent Measures of the opinion to improve the habitat for the Pecos bluntnose shiner (shiner), a federally threatened species, Reclamation will,"?work with Federal, state, and private entities as a cooperating agency to support and enhance shiner habitat restoration at the Bitter Lake National Wildlife Refuge (NWR)." Reclamation chose to restore and optimize the interaction of river channel and floodplain habitats with available flows to an abandon oxbow (Oxbow 4), on the Bitter Lake NWR. Reclamation will restore approximately 1.25 miles of riverine habitat to the oxbow, thus improving the habitat for the shiner. Objectives The objective of this contract is to provide approximately 1,000 cubic yards or equivalent tonnage of crushed rock (riprap) of a nominal 15 inch size, (12-18 inches in range), to the construction site for use as non-engineered levee protection along the outer wall of the oxbow. Scope of the Requirement General - Activities within the scope of this contract include obtaining rock (blasting/digging, crushing, and sorting) from a Reclamation approved rock site quarry. The quarry maybe a recommended or existing site, already being used by the Contractor, but is subject to a pre-contract inspection by Reclamation for safety, cultural and quality assurance. The rock will be delivered (transported by the contractor), by whatever means necessary to meet contract needs and required dates (to be specified by Reclamation at a later date). All contractor vehicles entering onto a federal worksite are subject to a pre-inspection for safety reasons. All contractor vehicles and personnel are also subject to Reclamation Safety and Health Standards regulations. Geographical - All rock will be delivered to the Bitter Lake NWR work site at Oxbow 4 on marked routes. The drivers will coordinate with the onsite foreman as to the specific location and position of the dump. The contractor will also provide the dimensions of the vehicles to the on-site foreman prior to delivery for the best possible access and routing of the delivery when entering the refuge. Some entrance and turning locations may be vehicle prohibitive depending on the width, height, and length of the vehicle. Description of Work - The contractor will obtain rock as specified below and deliver the rock to the Bitter Lake NWR worksite via approved routes. The site foreman will provide a minimum of a 48-hour window for the contractor, when a delivery is to be made. When the driver arrives on-site, he/she will coordinate with the foreman as to the specific location of the dump. All safety concerns will be observed when on-site. Description of Materials - Rock fragments shall meet the following requirements as to quality (or subject to Reclamation inspector approval): "Individual rock fragments shall be angular, dense, and sound, and resistant to abrasion and shall be free from cracks, seams and other defects that would tend to increase unduly their destruction by water and frost actions. Rounded to subangular rock will not be permitted. "Materials shall meet the following requirements when tested according to the most recent American Society for Testing and Materials (ASTM) Standards as specified below. Samples shall be prepared and tested by the contractor in accordance with the applicable standards, and reports shall be submitted by the contractor for approval of materials before use. TestASTM DesignationRequirementsSpecific gravity (saturated surface-dry basis)C 97Greater than 2.35Soundness (Sodium-sulphate methodC 88Less than 10 percent loss of weight after 5 cyclesAbrasion (using Los Angeles machine grading A) C 131Less than 30 percent loss of weight after 500 revolutions * Gradation - Nominal 15 inch riprap shall be reasonably well graded in size between the following limits: Nominal SizePercent of Riprap by Visual Gradation18 inch15 inch12 inch18 inch10 to 355 to 100 to 5 The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. By the provision at 52.212-2, Evaluation-Commercial Items, technical capability of equipment and labor to meet the described government need, and price will be evaluated equally. It is advised that a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items be submitted along with the offer; the provision may also be completed online by accessing http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies. No addenda are enclosed. The clause at 52.225-1 Buy American Act - Supplies, The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses also apply: 52.204-06, Data Universal Numbering System (DUNS) Number; 52.204-07, Central Contractor Registration; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 2.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities. Written offers on a company letterhead with contact information are due no later than Enter Date and Time here by mail to or in person at Bureau of Reclamation, 555 Broadway Blvd. NE, Albuquerque, NM 87102, by facsimile at 505-462-3796, or by electronic mail to arichard@uc.usbr.gov. For information regarding this Request for Quotation, please contact Albert Richard purchasing agent 505-462-3568.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e70f23aa582aba00d9715510d029676b&tab=core&_cview=1)
 
Record
SN01748390-W 20090213/090211215658-e70f23aa582aba00d9715510d029676b (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.