SOLICITATION NOTICE
56 -- Provide and deliver approximately 5,000 tons of 1 1/2 (one inch and one half) aggregate base material to 3 locations in Redwood National & State Park.
- Notice Date
- 7/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- PWR - REDW Redwood National and State Parks 1111 Second Street Crescent City CA 95531
- ZIP Code
- 95531
- Solicitation Number
- E11PS82109
- Response Due
- 7/25/2011
- Archive Date
- 7/14/2012
- Point of Contact
- Lyn Giddings Purchasing Agent 7074657316 lyn_giddings@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
- GENERAL INFORMATION: This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulation (FAR) subpart 12.6 and supplemented with additional information. The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter providing the best value to the Government, meeting the Governments need. The proposed contract is 100% set-aside for small business concerns. All responsilbe small businesses may submit a quote which shall be considered by the National Park Service. The North American Standard Industrial Classfication System Code is 324121; Small business size standard: 100 employees. The anticipated award date is July 28, 2011. The Government has the option to increase the amount of tonnage based on funding at time of award. STATEMENT OF WORK: Provide and deliver approximately 5,000 tons of 1 1/2 inch aggregate base material to Redwood National Park, Lost Man/ Geneva Road, Orick, CA. Material shall be delivered to 3 sites within Redwood National Park in the Orick California area. All locations are estimated to be about 5 miles north from Orick, CA 95555. Aggregate deliveries will only be accepted Monday-Thursday 7:30 AM to 4:30 PM. Deliveries will not be accepted on Monday Sept 5th. Deliveries to be scheduled with Shaun Bessinger, require notification prior. Weigh tickets shall be provided with each load. Actual tonnage amount may be adjusted depending on funding at time of award. Quantities at each location are approximate. Delivery locations as follows: Location 1. Approximately 1,200 tons shall be stock piled at staging area located off Davison road near Elk Meadow Day use area, Orick, CA. Park crews will provide loader and operator to stock pile material. Must deliver at minimum 300 tons per day.Location 2. Approximately 3,000 tons shall be truck spread on first 1 mile of Lost Man road starting at highway 101, Orick, CA. Material shall be delivered and tailgate or belly dump spread by delivery trucks. Must deliver at minimum 300 ton per day. Redwood National Park crews will direct trucks on specific dump locations. Road will be closed to park visitor traffic during delivery. Trucks will be required to spread material in approximately 4 inch lift. NPS crew will grade material to make it passable for truck traffic only, final grading and compaction will only occur after material has been delivered. Trucks may be directed to dump at location #1 as needed. Location 3. Approximately 800 ton or remainder of tonnage shall be stock piled at parking lot staging area located 1 mile from Highway 101 on Lost Man road, Orick, CA. Park crews will provide loader and operator to stock pile material. Must deliver at minimum 300 ton per day. Delivery of material at location 1 shall commence on August 29, 2011.Delivery of material at location 2 shall commence on August 29, 2011.Delivery of material at location 3 shall commence as delivery at location 2 is finalized. *5 gallon bucket sample of material and Sieve Analysis shall be provided with bid submission. Material samples can be delivered to North Operations Center, Attention: Shaun Bessinger, 500 Aubell Lane, Crescent City, CA. Samples shall be delivered marked with company name, and must be submitted prior to close date of July 25, 2011 at 2:00 PST. Base aggregate Specifications: Furnish hard, durable particles or fragments of crushed aggregate base conforming to the size and quality requirements for crushed aggregate material normally used locally in the construction and maintenance of highways by Federal agencies. Furnish crushed aggregate with a maximum size of 1 1/2 inch as determined by AASHTO T 27 and T 11. Furnish crushed aggregate uniformly graded from coarse to fine and free of organic matter, lumps or balls of clay, and other deleterious matter. Aggregate must be derived from natural stone formations which has been mined or quarried; no recycled material or river run material will be accepted.Aggregate must conform to sections A and B below: (A) General. Furnish hard, durable particles or fragments of crushed stone conforming the following:(1) Los Angeles abrasion, AASHTO T 96 35-50%.(2) Sodium sulfate soundness loss (5 cycles),12% max.AASHTO T 104(3) Durability index (coarse), AASHTO T 21035 min.(4) Durability index (fine), AASHTO T 21035 min.(5) Fractured faces, ASTM D 5821 75% min.(6) Free from organic matter and lumps or balls of clayDo not use material that breaks up when alternately frozen and thawed or wetted and dried.Obtain the aggregate gradation by crushing, screening, and blending processes as necessary. Fine aggregate, material passing the No. 4 sieve, shall consist of natural or crushed sand and fine mineral particles.(B) Subbase or base aggregate. In addition to (a) above, conform to the following:(1) GradationTable 1(2) Liquid limit, AASHTO T 8925 max.Table 1 1 1/2" maximum Percent PassingSieve SizesOperating RangeContract Compliance2"1001001 1/2"90-10087-1001"---- ---- 3/4"50-8545-90No. 425-4520-50No. 3010-256-29No. 2002-91-12 HOW TO SUBMIT A QUOTE: Interested parties may submit a quote using the format below or by completing an SF-18 Request for Quote, available at no charge at www.gsa.gov. All quotes must have the following information: Solicitation: E11PS82109, Aggregate- Orick, CA CLOSE DATE: 2:00 Pacific Standard Time, Monday, July 25, 2011 Submit to: E-mail: lyn_giddings@nps.gov or Fax: 707-464-5846 Provide and deliver approximately 5,000 tons of 1 1/2 aggregate base material to 3 locations. 2 locations are stock-piled, one location truck spread on first 1 mile. Either tailgate or belly dump spread by delivery trucks. Price per ton: $_______________ Price Total of Order: $ _______________ Business Name: ____________________________________ DUNS #: ___________________ Business Address: ____________________________________________________________ Business Phone: _______________________________ FAX: __________________________ Email Address: ___________________________________________ Business Size:________________________________ DUNS #:_________________________ Offeror Name: ______________________________________ Date: _____________________ Offeror Signature: ______________________________________ * SAMPLE SUBMITTED: _________________ CLAUSES AND PROVISIONS: Offerors must review and comply with the FAR Provisions/Clauses which apply to this solicitation. The full text of these may be accessed electronically at the website: https://www.acquisition.gov/far/ The following provisions and clauses are specifically referenced in this acquisition and are required in the response to this solicitation. They will remain in full force in any resultant award: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION OF COMMERCIAL ITEMS, Paragraph "a" of the provision is hereby replaced with the following: "The government reserves the right to evaluate quotes and award a contract without discussions with offerors. Quotes shall be evaluated on the basis of lowest priced, responsible/ responsive offer; quality of sample submitted. See (d) Product Samples. Quotes will not be considered if 5 gallon bucket sample is not included. 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, the offeror must include a completed copy of this provision with their quote or state that they are located on website: http://www.bpn.gov/; 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, applies to this acquisition including 52.222-3, Convict Labor, 52.225-13, Restriction on Certain Foreign Purchases, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, and incorporating the following Paragraph (b) clauses:52.219.06, Notice of Total Small Business Set-Aside;52.222-19, Child Labor-Cooperation with Authorities and Remedies;52.222-21, Prohibition on Segregated Facilities;52.222-26, Equal Opportunity;52.225-01, Buy American Act (Supplies);52.232-33, Payment by Electronic Funds-Central Contractor Registration. EXECUTIVE ORDER 13513 - PROHIBITION ON TEXT MESSAGING AND USING ELECTRONIC EQUIPMENT SUPPLIED BY THE GOVERNMENT WHILE DRIVING As prescribed in Federal Leadership on Reducing Text Messaging While Driving PROHIBITION ON TEXT MESSAGING AND USING ELECTRONIC EQUIPMENT SUPPLIED BY THE GOVERNMENT WHILE DRIVING (OCT, 2009) 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 the behalf of the government. Prospective contractors must be registered in the electronic Central Contractor Registration Database (www.bpn.gov/ccr) prior to award of a government contract. Offerors are further advised that failure to register in this Central Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E11PS82109/listing.html)
- Place of Performance
- Address: Redwood National & State ParkApproximately 5 miles north of Orick, CA 95555Humboldt County, CA
- Zip Code: 95555
- Zip Code: 95555
- Record
- SN02500712-W 20110717/110715235558-0956ec2fc63430a241679f3f04713f39 (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 |