SOLICITATION NOTICE
56 -- PRINEVILLE AGGREGATE AND TOP SOIL SUPPLY
- Notice Date
- 8/20/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 212321
— Construction Sand and Gravel Mining
- Contracting Office
- L OR-STATE OFC PROC MGMT BR(OR952)333 SW 1ST AVENUEPORTLANDOR97204US
- ZIP Code
- 00000
- Solicitation Number
- L09PS01029
- Response Due
- 9/3/2009
- Archive Date
- 10/3/2009
- Point of Contact
- Nunn,Stacia 503-808-6331 stacia_nunn@blm.gov
- E-Mail Address
-
Nunn,Stacia
(stacia_nunn@blm.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 Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation L09PS01029 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-36. All responsible sources may submit a quote which will be considered. This solicitation is set aside for small business concerns. NAICS code 212321; size standard of 500 employees. This will be a firm fixed-price contract for the Bureau of Land Management, 3050 N.E. 3rd St., Prineville, Oregon 97754. Award will be made per line item. The Bureau of Land Management, Prineville District Office, is seeking qualified contractors to provide 2070 tons of crushed aggregate and 1040 tons of top soil within the Prineville District, Oregon. See Attachments in FedConnect.net for specifications and other supporting documents. Supplies quoted shall adhere to the combined synopsis/solicitation and be fully responsive to satisfy the needs of the Government. Quotes shall be received at the BLM, Oregon State Office no later than the close of business September 3, 2009. Quotes can either be submitted electronically through FedConnect, emailed to stacia_nunn@blm.gov or faxed to (503) 808-6312. The point of contact for this solicitation is Stacia Nunn, Contracting Officer, (503) 808-6331. SUPPLY AND DELIVER approximately 2070 tons of crushed aggregate and 1040 tons of top soil. TECHNICAL SPECIFICATIONS: 1) Crushed Aggregate: Furnish hard, durable particles or fragments of crushed stone, crushed slag, or crushed gravel. Aggregate shall be free from organic matter and lumps or balls of clay. Do not use material that breaks up when alternately frozen and thawed or wetted and dried. Aggregate shall have a minimum of 50% fractured faces per ASTM D 5821, a minimum durability index of 35 for both coarse and fine particles per AASHTO T 210 and a maximum of 12% sodium sulfate soundness loss (5 cycles) per AASHTO T 104. Obtain the aggregate gradation by crushing, screening, and blending processes as necessary. Specifications for 3/4 minus (ODOT/BLM) gradations value ranges percent passing (by weight). Percent passing: Sieve Designation (SD) and Grading (G) (per AASHTO T27 & T11), SD 1 inch, G:100%; SD 3/4 inch G: 90 to 100%; SD 1/2 inch --; SD 3/8 inch G: 55% - 75%; SD 1/4 inch G: 40 - 60%. Of the fraction passing 1/4 sieve, 40-60% shall pass No. 10 sieve. Fine aggregate, material passing the No. 10 sieve, shall consist of natural or crushed sand and fine mineral particles. 2) Top Soil. Furnish fertile, friable, free draining, sandy loam soil that is free of subsoil, weeds, refuse, stumps, roots, brush, rocks larger than 1 inch, or other substances detrimental to the development of vegetative growth. Conform to the following: Texture (a) Organic Matter, AASHTO T267, 3 to 10%; (b) Sand, AASHTO T88, 20 to 70%; (c) Silt, AASHTO 10-60%; (d) Clay, AASHTO T88, 5 to 30%; and a pH of 6 to 8 meeting AASHTO T289. DELIVERY LOCATION AND ACCEPTANCE: 1) Approximately 750 tons of aggregate shall be delivery to the Mecca Flats Recreation Site in Jefferson County approximately 3 miles northeast of Warm Springs, OR. 2) Approximately 1040 tons of top soil shall be delivery to the Mecca Flats Recreation Site in Jefferson County 3 miles northeast of Warm Springs, OR. 3) Approximately 650 tons of aggregate shall be delivered to Steelhead Falls Trailhead, near Crooked River Ranch in Jefferson County, 8 miles northwest of Terrebonne, OR. 4) Approximately 450 tons of aggregate shall be delivered to the Riverview Trailhead, approximately 6.5 miles southwest of Redmond, OR in Deschutes County. 5) Approximately 220 tons of aggregate shall be delivered to the parking area for McDonalds Crossing in Gilliam County, approximately 14.2 miles southwest of Arlington, OR. 6) Once delivery has commenced, delivery must take place within a 10 calendar day period of time and there shall be no deliveries of aggregate or top soil on Saturday, Sunday, or federal holidays. 7) Acceptance - Final inspection and acceptance of supplies will be made by the Government at the place of delivery. 8)The aggregate described in these specifications will be measured and paid for by the ton. 9)Trip (truck) tickets shall be given to the government the day of delivery. Tickets shall have the following information: Company name, size of aggregate, date, truck number, driver's name, stockpile location, amount of tonnage to the nearest 0.01 ton. 10)The quantity of crushed aggregate shall be verified by load tickets from an Oregon certified scales.11)One rock test per rock type shall be performed by the Contractor at the Contractor's expense.12)Additional testing may be performed by the Government to assure quality compliance. 13)No rock hauling will be permitted prior to approval of testing. APPLICABLE FAR CLAUSES AND OTHER PROVISIONS: 52.212-1 Instruction to Offerors - Commercial Items : Addendum: Offers shall submit signed and dated offers, either on a SF-1449 or letterhead stationery. Identify payment discount terms.52.212-2 Evaluation-Commercial Items:(a)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: price and past performance. Past performance information may be based on the Governments knowledge of and previous experience with the quoter, or other reasonable basis. The Government may reject any or all quotes and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussions with any or all quoters. (b)Technical and past performance, when combined, are less important when compared to price.(c)Options. Not applicable. (d)A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offeror Representations and Certifications-Commercial Items: shall be completed as noted below and submitted with the quote. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, https://orca.bpn.gov/login.aspx, the offeror shall complete and submit a hard copy with their quote. 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.203-6 Restrictions on Subcontractor Sales to the Government., 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.219-28 Post-Award Small Business Program Rerepresentation, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-20 Walsh-Healey Public Contracts Act, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration and 52.211-16 Variation in Quantity to be plus or minus 5 percent, this increase or decrease shall apply to the total contract quantity. 52.211-17 Delivery of Excess Quantities, 52.211-18 Variation in Estimated Quantity. Referenced clauses and provisions are available at: http://www.arnet.gov/far. Quotes shall be sent to Bureau of Land Management, Oregon State Office (OR-952), P.O. Box 2965, Portland, Oregon 97208 by COB on or before September 3, 2009. Estimated delivery date for Items 1-3 is October 16, 2009 and Items 4 & 5 is November 15, 2009. FAX quotes will be accepted at 503-808-6312. Electronic quotes will be accepted through FedConnect.net and at Stacia_Nunn@blm.gov. For questions contact Stacia Nunn at 503-808-6331.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/OR/L09PS01029/listing.html)
- Record
- SN01919796-W 20090822/090821000718-016dc1337cbe4d47495368d8d0e48902 (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 |