SOLICITATION NOTICE
56 -- 7,000 Tons of Aggregate, Weed- and Seed-Free, Delivered
- Notice Date
- 7/7/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - GRCA - Grand Canyon National Park 1824 S. Thompson Street #200 Flagstaff AZ 86001
- ZIP Code
- 86001
- Solicitation Number
- E11PC10076
- Response Due
- 7/18/2011
- Archive Date
- 7/6/2012
- Point of Contact
- Fredericka M. Steele Contract Specialist 9286387436 freddi_Steele@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
- 1) GENERAL INFORMATION: This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ) #E11PC10076. 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 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: 423320; small business size standard: 100 employees. The proposed contract is set-aside for small business concerns. The anticipated award date is approximately July 22, 2011. Please address questions regarding this solicitation to Freddi Steele, Contract Specialist at GRCA_Contracting@nps.gov, Attn: Freddi Steele, E11PC10076 Aggregate. 2) STATEMENT OF WORK The NPS, Grand Canyon National Park (GRCA) has a requirement for the following: Crushed Aggregate - Engineered Sub-BaseAggregate Base Course (ABC)Maricopa Associated Government Specification (MAG - Spec ABC) Quantity required is: 7 thousand (7,000) tons. This request for quote is for Aggregate Base Course (ABC) or crushed stone that will be employed as tread material for trail construction. This material is commonly described as Aggregate Base Course (ABC) MAG - SPEC inch mix. This material is typically employed by local highway departments for a typical road construction, or road repair project. This material is required to maintain shape and compaction when rolled - suitable for pedestrian and/or wheelchair traffic under most circumstances. The percentage of wear upon material shall not exceed 40 after 500 revolutions as described in section 701 of the MAG specifications Cinders and/or other volcanic type of materials are not suitable and will not be considered for this project. This request is for a per ton quote. DELIVERY INFORMATION: All material will be delivered to the South Rim of GRCA All deliveries will occur within an active jobsite or staging area that will accommodate highway compliant vehicles, tractor trailers, etc. All sites are located at the South Rim of GRCA, are located within seven (7) miles of the park entrance, and are accessible from Highway 64. Specific deliveries will be coordinated by an NPS project manager, or a designated representative. Material can be delivered to the job-site via a variety of trucks including, but not limited to belly dump, side-dump or conventional dump trucks. All dump sites will accommodate 18-wheeled multi-axle vehicles. Start dates for delivery can begin after contract award, with deliveries made as necessary through the course of the project ending September 30th, 2011. The contractor shall ensure total for all amounts supplied does not exceed the amount noted in the contract line items. At the time of delivery the contractor shall provide certification as to the number of tons of aggregate provided. SPECIFICATIONS: Specifications for material are as follows: Sieve (inches/mm)Mass Retained Cum Mass Retained Ind % Retained % Retained % PassingSpecification1 (31.5mm)0.00.00.00.0100.01001" (25mm)0.00.00.00.0100.0" (19mm)153.0153.03.33.396.7" (12.5mm)875.01028.018.922.277.83/8" (9.5mm)520.01548.011.233.566.5" (6.3mm)662.02210.014.347.852.2#4 (4.75mm)356.02566.07.755.544.538-65#8 (2.36mm)677.03243.014.670.129.925-60#10 (2mm)156.03399.03.473.526.5#16 (1.18mm)340.33739.37.480.819.2#30 (0.6mm)272.34011.65.986.713.310-40#40 (0.425mm)85.14097.75.988.511.5#50 (0.3mm)70.94167.61.590.19.9#100 (0.15mm)99.34266.82.192.27.8#200 (75um)85.14351.91.8494.055.953-10PAN39.74391.60.86100.000.00GRCA requires all borrow materials delivered within park boundaries to be free of invasive exotic plants as described in the park's Standard Operating Procedure (SOP 8213-007 - "Invasive Plant Free Forage, Materials, Vehicles, and Equipment"). As required in SOP 8213-007, GRCA Vegetation Program staff survey local borrow pits each year, in the spring and fall. The surveys follow North American Weed Management Association standards, which are benchmark standards used across the United States. Based on Fall 2010 surveys, qualified staff have identified two unique local pits that are acceptable, or conditionally acceptable, sources for borrow material, meeting both the technical material specifications for the project and the specific requirements of SOP 8213-007. GRCA approves the following sources for borrow material: --Q-Max Pit Hwy 64, North of Williams (P.O. Box 877, Williams, AZ 86046, 928-635-9255) --Cemex Materials McCormick Pit, Sunset Crater Road (5200 East Railhead, Flagstaff, AZ 86004, 928-606-0055) Please Note: 1) samples from other pits will NOT be considered at this time, and 2) no samples are required from the two borrow sources cited above. In addition to supplying weed free material, SOP 8213-007 and this requirement also require that all equipment and vehicles delivering material be pressure-washed prior to entering park boundaries to limit introduction of invasive weeds/seeds. 3) CLAUSES AND PROVISIONS: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/index.html. Clause 52.204.07 Central Contractors RegistrationCompanies providing proposals must have a Data Universal Numbering System (DUNS) number (9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities), and must be registered in the Central Contractor Registration (CCR) database. The CCR is the primary Government repository for Contractor information required for the conduct of business with the Government. A company that is not registered in the CCR may not be considered for award. Conversely having a DUNS number and CCR record does not guarantee award to a company. The CCR database is available online at www.bpn.gov, and there is no charge to register. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. 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 quotations meeting or exceeding the acceptability standards for non-price evaluation factors (Lowest Price Technically Acceptable or LPTA). 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: 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. Provision 52.212-3, Offeror Representations and Certifications-Commercial Items: the apparent successful offeror shall complete and submit the provision [proposal] to the Contracting Officer. 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: 52.233-3, 52.233-4, 52.203-6, 52.219-4, 52.219-8, 52.219-9, 52.219-16, 52.219-25, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-9, 52.225-1, 52.225-13, and 52.232-33. Clause 52.211-16, Variation in Quantity. (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 10 Percent increase10 Percent decrease Clause 52.217-7, Option for Increased Quantity-Separately Priced Line Item. The Government may require the delivery of the numbered line item(s), identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor at any time prior to the expiration of the term of the contract. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 4) HOW TO SUBMIT A PROPOSAL Interested parties may submit a proposal using the format below or by completing an SF-18 Request for Quote, available at no charge at www.gsa.gov. All proposals must have the following information: Solicitation: E11PC10076, Aggregate, for Grand Canyon National Park Proposals Due: 4:00 pm Mountain Standard Time (Arizona Time Zone), Monday, July 18, 2011 Submit to: E-mail: GRCA_Contracting@nps.gov, Attn: Freddi Steele, E11PC10076, Aggregate; via mail (address below) or Fax: 928-637-7005, Attn: Freddi Steele, E11PC10076, Aggregate. National Park Service1824 S. Thompson St., Suite 200Flagstaff, AZ 86001Attn: E11PC10076, Aggregate Proposals must be received no later than the closing date and time of this announcement. PROPOSALS SUBMITTED THROUGH EC-IDEAS WILL NOT BE ACCEPTED. PROPOSAL FORMAT DATE:_______________________________________________________________________________; CONTRACTOR:________________________________________________________________________; ADDRESS:____________________________________________________________________________; DUNS Number:_________________________________________________________________________; Contact Name:_________________________________________________________________________; Phone:_______________________________________________________________________________; Fax: ________________________________________________________________________________; E-mail:_______________________________________________________________________________; References for Past Performance. All offerors are required to provide a minimum of two (2) references that can be contacted to validate past performance. References must include company or agency name, current contact and that person's office/business phone number. 1st Reference: __________________________________________________________________________; 2nd Reference: _________________________________________________________________________; Proposal Line Items: Line Item #1: Aggregate, certified weed and seed free, per specifications in this announcement, 7,000 tons. Unit Price: $_____; Extended Price: $______; Line Item #2: Delivery to zip code 86023-0129, Unit Price: $_________; Extended Price: $_____________ ; Line Item #3: Sales tax, Unit Price: $___________; Extended Price: $_____________ ; Total of Quote (Line items 1-3): $________________________. General Line Item Notes: 1. Offerors shall submit a price for all line items; failure to do so may render the quote unacceptable. 2. Offerors shall submit a product sample as specified; failure to do so may render the quote unacceptable. 3. The Government reserves the right to award on an "all or none basis". 4. The Government reserves the right to exercise any or all of the options, at the prices stated in the schedule, at any time prior to the expiration of the term of the contract. 5. Except when it is determined by the Contracting Officer not to be in the Government's best interest, the Government will evaluate offers for award purposes by calculating the total price for all proposal line items. Evaluation of options will not obligate the Government to exercise any of the options. END OF SOLICITATION
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E11PC10076/listing.html)
- Place of Performance
- Address: Grand Canyon National Park, Coconino County, Arizona
- Zip Code: 860230129
- Record
- SN02491533-W 20110709/110707234719-5ffc2f0587e0c928b13dcbc914da4e03 (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 |