Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2010 FBO #3178
SOLICITATION NOTICE

56 -- Road Edge Material, Yellowstone National Park.

Notice Date
8/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
 
ZIP Code
82190
 
Solicitation Number
N1576100012
 
Response Due
8/16/2010
 
Archive Date
8/5/2011
 
Point of Contact
Sharon A. Skelton Contract Specialist 3073442077 Sharon_skelton@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
Road Edge Material, Yellowstone National Park8/5/2010 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; offers are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Quote #N1576100012. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, Subpart 13.5, and supplemented with additional information. The National Park Service (NPS)contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the offeror providing the best value to the Government. NAICS code: 212321; Small business size standard: 500 employees. The proposed contract is 100% set-aside for small business concerns. All responsible small business concerns may submit an offer which shall be considered by the NPS. Address questions regarding this solicitation to Sharon Skelton at Sharon_Skelton@nps.gov or 307-344-2077. 2) STATEMENT OF WORK: Line Item #1: The contractor shall transport and deliver 16,200 tons of 1.5" Type B Crushed Road Base Material to the Frog Rock Pit located approximately 9.5 miles from Mammoth towards the Tower Junction Area of Yellowstone National Park, Wyoming. Delivery is scheduled to begin within 7 days after award. Loads to start at 8:00 am daily and end at 7:00 pm daily, with loads 30 minutes apart. Delivery of material can be hauled to the Frog Rock Pit until October 23, 2010 and resume May 1, 2011 and shall be completed by June 30, 2011. Stacking of the material at the Frog Rock Pit will be the contractor's responsibility. No compression brakes will be used in or around the Mammoth Area. Specifications: Cover material shall meet the requirements of the following table of gradations as determined by Montana Specification: 701.02.7 Crushed Top Surfacing Type "B", Furnish crushed top surfacing Type "B", including added binder or blending material, meeting Table 701-11 gradation requirements. Copies of the referenced Montana Specifications may be obtained from the Montana Department of Highways, Highway Building, Helena, MT 59620. Table of gradations - Crushed Top Surfacing Type "B" Percentage By Weight Passing Square Mesh Sieves Sieve SizeGrade 1Grade 2Grade 31 inch (37.5 mm)1001 inch (25 mm)100 inch (19.0 mm)100 inch (12.5 mm)No. 4 (4.75 mm)40 - 8040 - 8040 - 80No. 10 (2.00 mm)25 - 6025 - 6025 - 60No. 200 (0.075 mm)5 - 205 - 205 - 20 Measurement and Payment: 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 provide a gradation table for the gravel submitted to the Government upon award of contract. Vegetation Management: The control of noxious weeds shall be achieved through a weed management plan. All parties submitting offers for sand and gravel must have a current weed management plan that has been approved by the local county weed board and Yellowstone National Park (Park). All plans require one annual inspection by Park staff during the growing season (June - August) prior to sale of material. Parties submitting offers must provide proof of the most recent weed inspection by 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. The control of noxious weeds shall be achieved by one of the following methods:Hauling: All vehicles and equipment to be used in Yellowstone National Park shall be thoroughly pressure washed prior to arrival. Equipment shall be inspected at the appropriate Park entrance station by a designated Park employee and only clean equipment shall be permitted into the Park. Particular attention must be shown to the under carriage and any surface where soil containing exotic weed seeds may exist. All loaded trucks and trailer shall be covered (tarped) when loaded. These efforts are critical to prevent the introduction and establishment of non-native plant species into the Park. Equipment inspection will be scheduled by the maintenance office and take place at the Park entrance stations. Inspection records shall be maintained by the Park Service. Equipment found operating in the Park that has not been inspected shall be deadlined and subject to a citation. Period of Performance: Delivery is scheduled to begin within 7 days after award. Loads into the Park may not commence before 8:00am and continue after 7:00pm daily. Delivery of material can be hauled to the Frog Rock Pit until October 23, 2010 and resume May 1, 2011 and shall be completed by June 30, 2011. The contractor shall coordinate the exact dates and times of delivery with the NPS. Delivery: The contractor shall adhere to all roadway use regulations. The contractor shall deliver chips to the approximate location noted in the line item above. The contractor shall coordinate the exact dates and times of delivery with the NPS in advance. The contractor shall insure that the total for all amounts ordered and delivered does not exceed the amount noted in the contract line item. The contractor's schedule shall allow the NPS a 3 hour time span from the time the contractor's delivery trucks arrive at the project site to the time the NPS is actually able to accept delivery and release the trucks. Submittals: At the time of delivery and with each invoice the contractor shall provide trucking manifests which shall serve as contractor certification as to the number of tons delivered. 3)CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. Provisions and clauses noted below may be accessed at http://www.acquisition.gov/far/index.html. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of offers meeting or exceeding the acceptability standards for non-price evaluation factors. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: 1. Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The offeror must receive at least a satisfactory past performance rating by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of offeror's past performance, and / or references obtained from any other source. 2. Weed Management. Offerors 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. Standard of Acceptability: Offerors must provide proof of the most recent weed inspection by Yellowstone National Park staff. Paragraph "b" of the provision is hereby replaced with the following: The Government will evaluate quotes for award purposes on a line item basis. The Government reserves the right to award any, all or none of the line items to one or multiple offerors based upon achieving the best value to the Government. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: all Offerors shall complete and submit the provision to the Contracting Officer with their offer if they do not have an active listing in ORCA (Online Representations and Certifications). Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 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: 52.203-6 Alt. I, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, and 52.232-33. Clause 52.211-18, Variation in Estimated Quantity, applies to this acquisition: 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 judgment of the Contracting Officer, is justified. The contractor shall insure total ordered and delivered for each individual line item does not exceed the estimated quantities noted in the contract line items unless first receiving a written contract modification from the Contracting Officer. Executive Order 13513 - Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while DrivingAs prescribed in Federal Leadership on Reducing Text Messaging 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.access.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. 4) PROPOSAL: Solicitation: N1576100012, Road Edge Material Due: 2:00 pm Mountain Time, Monday, August 16, 2010 Submit to: E-mail: Sharon_Skelton@nps.gov or Fax: 307-344-2079. DATE: _____________________________________________________________________________________; CONTRACTOR: ______________________________________________________________________________; ADDRESS: _________________________________________________________________________________; DUNS Number: ______________________________________________________________________________; Contact Name: ______________________________________________________________________________; Phone: _____________________________________________________________________________________; Fax: _______________________________________________________________________________________; E-mail: _____________________________________________________________________________________; Base Proposal Line Items: Line Item #: 1, Road Edge Material To Yellowstone, Estimated Quantity: 16,200 tons, Unit Price: $_______________; Extended Price: $_______________; TOTAL: $_______________________ Offerors must provide proof of the most recent weed inspection by Yellowstone National Park staff.Offerors must submit at least 3 references for similar work that they have completed work for in the past 3 years. General Notes1. Offerors shall submit a price for all line items; failure to do so may render the offer unacceptable.2. On lump-sum line items, provide total price only.3. If no item exists for a portion of the work, include the price in a related line item.4. In case of error in extension of prices, unit price governs.5. In case of error in summation, the total of the corrected amounts governs.6. Offerors acknowledge that estimated quantities are not guaranteed, and are solely for the purpose of proposal evaluation, and final payment for all Unit Price items will be based on actual quantities, determined as provided in the Contract Documents.7.The contractor shall not exceed the estimated quantities unless first receiving a written approval from the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N1576100012/listing.html)
 
Place of Performance
Address: Yellowstone National Park, WY.
Zip Code: 82190
 
Record
SN02229739-W 20100807/100805234949-a81c7c6ccfe02afe173fd856b019e6c7 (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.