Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2011 FBO #3457
SOLICITATION NOTICE

56 -- ASPHALT MIX

Notice Date
5/11/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
324121 — Asphalt Paving Mixture and Block Manufacturing
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF10958709
 
Response Due
5/26/2011
 
Archive Date
7/25/2011
 
Point of Contact
Alicia M. Kennedy, 601-634-5324
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(alicia.m.kennedy@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This procurement is a unrestricted under NAICS Code 324121 with a size standard of 500 employees. The USACE, Engineer Research & Development Center has a need for the following: Line item 0001: Provide Asphalt mix in accordance with the specifications below, Quantity 1, Unit: Lump Sum, Unit Price ______, Total Amount_________. Specifications: The full-scale test section to be paved with hot mix asphalt (HMA) is 20-ft wide by 175-ft long. The HMA will be placed over a compacted crushed limestone base course material which will be prepared by the ERDC. A plan view and cross section of the test section are provided in Figures 1 and 2, respectively. The hot mix HMA needs to be compacted, leveled, and meet minimum dry density requirements of 130 pcf. The asphalt concrete mix to be used is attached (Attachment 1). The full-scale test section will be surfaced with dense-graded HMA, with two 10-ft wide lanes 4-in. thick. Each lane shall be placed in separate 2-in. lifts. The asphalt concrete layer shall be bonded to the base course layer with a prime coat. The type of prime coat used shall be the slow setting (SS) emulsion EA-1 Prime applied at rate of 0.2-0.35 gsy. A tack coat shall be used to bond the asphalt layers. The type of tack coat used shall be the rapid setting (RS) emulsion CRS-2 applied at a rate of 0.05-0.15 gsy. The HMA to be used for this project shall be a local, readily available material that will not require any special modifications or material substitutions. The required HMA mix design is attached (Attachment 2). Any equivalent or substitute mix design shall be approved by the Contracting Engineer prior to placement. Random sampling and testing will be conducted by the Contracting Engineer. Random samples may be taken at the asphalt plant, for specimen compaction, and tested for stability, flow, laboratory air voids, and TSR. A portion of the same sample may be tested for theoretical maximum density (TMD), aggregate gradation, and asphalt content. Randomly selected cores shall be taken from the finished pavement mat and the longitudinal joint, and tested for density. Random sampling shall be in accordance with procedures contained in ASTM D 3665. The test results must demonstrate an in-place density of at least 130 pcf. If test results fail to meet the required density, the test section shall be removed and replaced at no cost to the Government and another test section shall be constructed. Location: The test section is located on the Forest Service Loop on the ERDC property at 3909 Halls Ferry Road, Vicksburg, MS, as shown in Attachment 3. Delivery: Material must be delivered on or about May 30, 2011; date subject to changes slightly. Contractor shall contact the technical POC once award has been made to clarify. Vendors: Vendors shall quote to provide and deliver the Asphalt mix specified. Any questions shall be emailed to Alicia.M.Kennedy@usace.army.mil. In accordance with FAR Clause 52.212-2, Evaluation - Commercial Items, award shall be made to the responsible offeror whose proposal is determined to be Lowest Price Technically Acceptable. FAR Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors must include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Quotes are due 26 may 2011 by 1400 hrs CST at ERDC Contracting Office. Quotes will be accepted by email and hard copy ONLY: Alicia.M.Kennedy@usace.army.mil. Faxed quotes will not be accepted. For information concerning this solicitation contact Alicia Kennedy at 601-634-5324, or use the above email address. A live Question and Answer Document (Attachment 4) will be updated as questions arise. It is the interested Offerors responsibility to check the document for updated information. Questions may be submitted up until 3 days prior to the quote submission due date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF10958709/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN02445305-W 20110513/110511234552-593f5cf1cb14c4034895ade2ae1ce030 (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.