SOLICITATION NOTICE
56 -- 3,400 tons of 3/8 sanding material used for sanding winter roads to be delivered to the stockpile site west of the Heritage and Research Center in Gardiner, Montana.
- Notice Date
- 6/30/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
- ZIP Code
- 82190
- Solicitation Number
- Q1574105022
- Response Due
- 7/15/2010
- Archive Date
- 6/30/2011
- Point of Contact
- Stacy L. Vallie Contract Specialist 3073442076 stacy_vallie@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.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. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1574105022. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 212321 and the small business size standard is 500 employees. QUOTES ARE DUE for this combined synopsis/solicitation on July 15, 2010, at 4:30 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Building 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Email or faxed quotes are preferred using this form with all required documentation, no oral quotations will be accepted. Offerors 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 stacy_vallie@nps.gov. All quotes from small business will be considered, however; to be considered for award, vendor must be registered in the Central Contracting Registration (CCR), www.ccr.gov and we request that you put the Reps and Certs information online at the ORCA website, https://orca.bpn.gov/. All questions regarding this solicitation should be faxed or emailed to stacy_vallie@nps.gov. No phone calls please. The following is a description of the requirements: Yellowstone National Park requires 3,400 tons of 3/8 sanding material used for sanding winter roads to be delivered to the stockpile site west of the Heritage and Research Center in Gardiner, Montana 59030 (Yellowstones North Entrance). STATEMENT OF WORK PART 1: GENERAL Specification references refer to specifications generated by and available form the Montana Department of Highways (MDOT). The following test methods, as applicable, shall be used to evaluate the sanding material quality: Sieve Analysis for Fine and Coarse Aggregate...MT-202Wear Test............................... MT-209Liquid Limit, Plastic Limit, Plasticity Index........MT-208Fracture................................. MT-217Volume Swell of Bituminous Mixtures..........MT-305Cleanness Value..........................MT-228Petrographic Examination................... 2-456-3* * Test method available from Materials Bureau Furnish aggregate surfacing free of deleterious except as permitted in Table 701-5.MEASUREMENT AND PAYMENT: Measurement of all sand will be in U.S. Tons. The contractor shall furnish weigh tickets from state certified scales for each delivery made. Payment will be made on actual quantities received.TESTING: The contractor shall have test samples submitted to the Government for suitability evaluation at least two (2) days prior to the actual delivery or acceptance of the material. PART 2: PRODUCTS Sanding Materials: Sanding material shall meet the requirements of the following table of gradations as determined by MDOT Specification Sections 701.02.1 and 701.02.3, except for the following. TABLE OF GRADATION-SANDING MATERIAL MONTANA TEST METHOD MT-202 3/8 (9.5 MM). 1004m (4.75 MM)40-8010M. --40M. 0-40200M.. 0-10PI. NP PART 3: EXECUTION GENERAL: All equipment necessary for the production and transportation (to stockpile site) of the sand shall be provided by the Contractor including, but not limited to, loaders, bulldozers, crushers, shakers and conveyors. Trucks shall be tarped when hauling materials to stockpile site. Yellowstone National Park will furnish equipment to stockpile material at delivery site. Weigh slips shall be provided to Yellowstone National Park for all material transported. Contractor shall coordinate delivery times and dates with Yellowstone National Park in advance. SAND PIT: The Contractor shall comply with all Federal, State and county laws, ordinances or regulations which are applicable to the area or operation and obtain all required permits for the Contractor-furnished Sand pit.VEGETATION MANAGEMENT: The control of noxious weeds shall be achieved through a weed management plan. All parties submitting quotes for sand must have a current weed management plan that has been approved by the local county weed board and Yellowstone National Park. All plans require one annual inspection by park staff during the growing season (June August) prior to sale of material. Parties submitting quotes must provide proof of the most recent weed inspection by Yellowstone National Park staff.The weed inspection will designate a pit in one of three rating categories: acceptable, conditionally acceptable, or unacceptable. Sand and gravel from a pit designated as unacceptable can be used if the material is heat treated to 300 degrees Fahrenheit and promptly transported from the quarry to the park or a pre-approved weed free storage area to prevent possible weed contamination. A list of weeds of concern can be obtained from Yellowstone National Park._______________________________________________________________ Solicitation #:Q1574105022Quotes due:July 15,2010, by 4:30 PM Mountain Daylight time Submit to:stacy_vallie@nps.gov or fax to 307-344-2079 Date:______________________Business Name: ______________________________________ Business Address: ____________________________________ ____________________________________ DUNS:_______________________________________________ Business Phone: _____________________________________ FAX: _______________________________________________ Email Address:________________________________________ Offerer Name: ________________________________________ Line Item 1: 3,400 tons of 3/8 sanding material to be delivered to the stockpile site west of the Heritage and Research Center in Gardiner, Montana 59030 (Yellowstones North Entrance). *Quoted price must include delivery. Delivery needed on or before September 30, 2010. *Unit Price: $_______________ Extended Price: $_______________This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-40. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far/index.html. The following clauses and provisions are specifically referenced and are required as part of this solicitation: Provision 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Provision 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; Clause 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; Clause 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.203-15, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-9, 52.225-1, 52.225-13, 52.232-33 52.211-18,VARIATION IN ESTIMATED QUANTITY applies to this acquisitions. If the quantity of a unit-priced item in this contract is an estimated quantity and the actual quantity of the unit-priced item varies more than 15 percent above or below the estimated quantity, an equitable adjustment in the contract price shall be made upon demand of either party. The equitable adjustment shall be based upon any increase or decrease in costs due solely to the variation above 115 percent or below 85 percent of the estimated quantity. If the quantity variation is such as to cause an increase in the time necessary for completion, the Contractor may request, in writing, an extension of time, to be received by the Contracting Officer within 10 days from the beginning of the delay, or within such further period as may be granted by the Contracting Officer before the date of final settlement of the contract. Upon the receipt of a written request for an extension, the Contracting Officer shall ascertain the facts and make an adjustment for extending the completion date as, in the judgement of the Contracting Officer, is justified. Prohibition on text Messaging and Using Electronic Equipment Supplied by the Government While DrivingExecutive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.acce4ss.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied Equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government.The Office of the Acquisition and Property Management will issue additional policies and procedures on implementing the Executive Order in the Department of the Interior Acquisition Regulation. END OF COMBINED SYNOPSIS/SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1574105022/listing.html)
- Place of Performance
- Address: Yellowstone National Park
- Zip Code: 59030
- Zip Code: 59030
- Record
- SN02192828-W 20100702/100630235114-acda07993a95098aee286b2038586abf (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 |