SOLICITATION NOTICE
56 -- CONCRETE FOR YELLOWSTONE NATIONAL PARK
- Notice Date
- 5/8/2009
- Notice Type
- Synopsis
- Contracting Office
- IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
- ZIP Code
- 82190
- Solicitation Number
- Q1574091017
- Response Due
- 5/28/2009
- Archive Date
- 5/8/2010
- Point of Contact
- Andrea Brew Contract Secialist 3073442859 andrea_brew@nps.gov;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1574091017. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-28 and are available in full text through Internet access at http://www.acqnet.gov/far. The National Park Service encourages the participation of small, disadvantaged and women owned business enterprises. The North American Industry Classification System (NAICS) code is 238110 and the small business size standard is $14.0M employees. QUOTES ARE DUE for this combined synopsis/solicitation on May 28, 2009 at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Bldg 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Faxed quotes are preferred with all required documentation, no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to 307-344-2079 or emailed to andrea_brew@nps.gov. All questions regarding this solicitation should be faxed or emailed to andrea_brew@nps.gov. Yellowstone National Park requires 120cubic yards of concrete. The following is a description of the requirements: 60 cy six sack cement (4000 PSI), ready mix concrete to be used for sidewalks and foundation wall for the Grant Village Visitor Center. Total yardage would begin to be scheduled for placement on or about June 8, 2009 with multiple placements to be completed by September 4, 2009.60 cy six sack cement (4000 PSI), ready mix concrete to be used for foundation walls for the Grant Village Sludge Drying Beds. Total yardage would begin to be scheduled for placement on or about July 6, 2009 with multiple placements to be completed by September 4, 2009.Yellowstone National Park will allow perspective bidders to deliver by truck load OR set up a portable batch plant operation in order to supply the concrete necessary for this project. Vendor will be given no less than four days notice to deliver concrete, a clean out area is available. Park speed limit is 45 mph and animal/traffic jams are to be expected, which may greatly increase time on the roads. Mileages from the entrances of the Park to the job site are as follows:South Entrance (Jackson, WY) 25 milesWest Entrance (west Yellowstone, MT) 49 milesEast Entrance (Cody, WY) 50 milesNortheast Entrance (Cooke City, MT) 87 milesNorth Entrance (Gardiner, MT) 75 milesThere is a "Pit" area approximately 2-1/2 miles from the construction site where perspective bidders would be allowed to set-up a portable batch plant, if they desired to, in order to provide the concrete necessary for this project. The contractor would be required to supply all his own supplies, materials and labor associated with providing concrete and for the operation of his plant. This "Pit" are has sufficient space for the setting up and operation of the plant, for bulk storage of aggregate, space for a trailer containing his dry cement and space for a water truck. NPS has water that is available for the contractors use. Power is not available at the sire; the contractor will have to provide for his own electrical power if needed. The contractor will not be allowed to set up any housing or camping in the park.During the operating of the plant the contractor will be required to keep the work site clean and prevent the accumulation or scattering of trash and debris. Trash shall be cleaned up and properly disposed, of at the end of each work day in a dumpster or some type of container that the contractor provides for his own use. Contractor is required to prevent the scattering or accumulation of any type of food products that could attract bears or other types of wildlife.Upon completion of this project the contractor will be required to disassemble his plant and remove it from the park and restore the area to its original condition. The contractor will be required to pick up and remove all trash that was generated by his personnel or his plant operation. The contractor will be required to clean up and remove from the park any excess concrete or spoils that were created during the operation of this plant; including removal of all excess concrete that was deposited on the sire or left on the ground after washing out his trucks(s). Price Per Cubic Yard $______________Delivery Charge $______________ Business Name: ____________________________________ DUNS:___________________ Business Address: ______________________________________________________________ Business Phone: ___________________________________FAX: ________________________ Email Address:___________________________________________ Offeror Name: ________________________________________ Date:_____________________ Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http://www.acqnet.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.211-16 VARIATION IN QUANITY, permissible variation shall be limited to 10% increase/decrease.52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and references. Past performance shall be equal to price in importance; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.213-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. END OF COMBINED SYNOPSIS/SOLICITATION. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574091017/listing.html)
- Place of Performance
- Address: GRANT VILLAGE, YELLOWSTONE NATIONAL PARK
- Zip Code: 82190
- Country: US
- Zip Code: 82190
- Record
- SN01812456-F 20090510/090509165550 (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 |