SOLICITATION NOTICE
F -- Lochsa Aggregate Stockpile (Jungle Point Crushing) - Clearwater National Forest - Attachments
- Notice Date
- 8/7/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 212321
— Construction Sand and Gravel Mining
- Contracting Office
- Department of Agriculture, Forest Service, EROC Intermountain, 740 Simms Street, Golden, Colorado, 80401, United States
- ZIP Code
- 80401
- Solicitation Number
- AG-82B1-S-09-0063
- Archive Date
- 9/12/2009
- Point of Contact
- Paul Pierson, Phone: 3032755138, douglas lee, Phone: 8014515180
- E-Mail Address
-
paulpierson@fs.fed.us, douglaslee@fs.fed.us
(paulpierson@fs.fed.us, douglaslee@fs.fed.us)
- Small Business Set-Aside
- HUBZone
- Description
- Fire Precautions ARRA Sign Details Wage Determination Exhibit 4 Exhibit 3 Exhibit 2 Exhibit 1 Appendix A - Specs Statement of Work Proposal Instructions - Addendum to FAR 52.212-1 (I)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for proposal (RFP). Submit written proposals on RFQ Number AG-82B1-S-09-0063. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. (IV) This solicitation is being issued as a Total Hub-Zone Set-Aside. The associated NAICS code is 212321, Support Activities for Forestry. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item/services: (a)CLIN 0001: mobilization, 1 Lump Sum (b)CLIN 0002: Stockpiled Aggregate, Grading D (1” minus), 60,000 Tons (c)CLIN 0003: Stockpiled Aggregate, Grading Q (3” minus), 10,000 Tons (d)CLIN 0004: Pit and Quarry Development, 1 Lump Sum (VI) Detailed description of requirements is included in attached statement of work and exhibits. The following is a general description of the services to be performed: Jungle Point Crushing - This project consists of crushing and stockpiling 60,000 tons of gravel and 10,000 tons of base rock. The project will include pit development including access roads, a reentry plan, and safety plan for operations and post operations, and preparation of the existing stockpile sites. Haul to the stockpile sites is approximately 0.5 miles. (VII) Date(s) and place(s) of delivery and acceptance: The project is located approximately 25 miles northeast of Kooskia, Idaho. From Kooskia go 15 miles east on Hwy 12 to FS Road 101 at Mile Post 88.5. Continue north on Road 101 for 9.6 miles to the junction of Road 5513 to the right. Follow Road 5513 for 0.8 miles to the aggregate source. The two stockpile sites are located 0.6 miles in on 5513 to the left. T33N, R06E, NE ¼ Sec.22. Period of Performance: All work shall be completed by October 30, 2010. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. See Addendum for additional instructions. (IX) Offers will be evaluated on their past performance, their technical capability to successfully complete this project, and the price quoted. (a)The Government will award the contract to the offeror(s) who (a) asserts to the terms of the RFP, and (b) has the best combination of experience, past performance, and price. Experience is a matter of the number of opportunities an offeror has had to do similar work and to encounter the kinds of problems that the Contractor is likely to encounter in the performance of this contract. Past performance is a matter of an offeror’s reputation for integrity and customer satisfaction. Quality control and the understanding of the work is a matter of the offeror’s familiarity with the nature of the work and with the kinds of problems the Contractor is likely to encounter during performance. Award(s) may be made without further discussions. Proposals should be submitted initially on the most favorable terms, from a technical and cost standpoint, which the offeror can submit to the Government. However, the Government may, after evaluation of the proposals, conduct further oral or written discussions as appropriate with all offerors whose proposals are within the competitive range. (b)Award will be made to the responsible offeror whose proposal, conforming to the solicitation, is determined to be the best value to the Government, technical and price factors considered. (c)Each offeror’s proposal will be evaluated with respect to the past performance, technical, and price factors. The non-price factors, when combined, are approximately equal to cost or price. (d)Price will contribute significantly to the source selection decision and will be evaluated as to completeness, realism and reasonableness. The importance of price will increase as the degree of technical merit differences between competing proposals decreases. If technical proposals are considered to be essentially equal in technical merit, price will become the determinative factor in making an award. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2009), with its quote or complete the Representations and Certifications on line at HTTP://ORCA.BPN.GOV. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2009), Alternate I applies to this acquisition. The following clauses under subparagraph (b) apply: 3, 4, 5, 19, 20, 21, 22, 23, and 39. The following clauses under subparagraph (c) apply: 1 This solicitation is issued under the American Recovery and Reinvestment Act and all requirements of the Act apply. The appropriate clauses are included under subparagraph (b) above. (XIII) The following clauses are also applicable to this acquisition: None (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 4:00 P.M. MT on August 28, 2009. All quotes must be mailed, faxed or e-mailed to the attention of Paul Pierson. The fax number is 303-275-5299 and email address is paulpierson@fs.fed.us. Hardcopy proposals may be sent to USDA Forest Service - Intermountain EROC, 740 Simms St. Lakewood, CO 80401. Proposals may be on the Offerors letterhead and must state the solicitation number (AG-82B1-S-09-0063) on the cover page and in the subject line of faxes and e-mails. Be sure to include the information requested in (VIII) above (to include information provided in the addendum) with your proposal. (XVI) Any questions regarding this solicitation should be directed to Paul Pierson at 303-275-5138, email address paulpierson@fs.fed.us.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/84f30dd211f5c7a09528f97321e319f2)
- Place of Performance
- Address: Clearwater National Forest, Lochsa Ranger District, Idaho, United States
- Record
- SN01903500-W 20090809/090808000301-84f30dd211f5c7a09528f97321e319f2 (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 |