MODIFICATION
68 -- Provide Magnesium Chloride Application
- Notice Date
- 3/21/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG12795 W. Alameda Pkwy. Lakewood CO 80228
- ZIP Code
- 80228
- Solicitation Number
- P12PS21244
- Response Due
- 3/29/2012
- Archive Date
- 3/21/2013
- Point of Contact
- Jennifer S. Harris Contract Specialist 3039692866 jenny_harris@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
- >>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>AMENDMENT 0001>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>>> Amendment 0001is issued to: >>>1. DELETE the Statement of Work dated 8 March 2012 in its entirety and is REPLACED with Statement of Work dated 21 March 2012. See paragraph 5 for changes to specifications. >>>2. CHANGE the proposal submission date: >>>>>>FROM: Quotes shall be submitted to insure receipt by 2:00 pm Mountain Standard Time, Friday, March 23, 2012. >>>>>>TO: Quotes shall be submitted to insure receipt by 2:00 pm Mountain Standard Time, Friday, March 27, 2012. >>>3. CHANGE the award date: >>>>>FROM: The anticipated award date is on or about March 27, 2012.>>>>>TO: The anticipated award date is on or about March 29, 2012. >>>All other terms and conditions remain unchanged.**************************************************************************************************************************** >>>STATEMENT OF WORK dated 21 March 2012>>> DESCRIPTION OF WORK The work consists of providing Magnesium Chloride application to gravel roads at Black Canyon National Park, and Curecanti National Recreation Area, in the Gunnison Colorado areas. SPECIFICATIONS: 1.1- Application of Magnesium Chloride dust abatement to be applied on or about: May 1, 2012, thru Sept 30, 2012. Material must be applied via computer calibration at the rate of.25 tenths gallon per square yard on roadway. 2.Roadway surface at Black Canyon is approximately 9 miles long by 18' wide. Government will prepare road surface. 3.Roadway surface at Curecanti National Recreation Area is approximately 8.7 miles long by 16' wide. Government will prepare road surface. 4.Payment will be made based on actual material applied not to exceed award amount. 5.Magnesium Chloride Solution Specifications: *************Chemical Properties: Magnesium Chloride 30-31%; Sulfates 0-3.5%, **************Physical Properties: Clear to yellow in color; 10.85-11lbs per gallon; 4 - 9 pH of a 5% solution, specific gravity 1.30 -1.31. >>>Constituents>>>***Phosphorous >>>END OF AMENDMENT 0001>>>>>>>>>>___________________________________________________________________________________________ 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. >>>>TO VIEW THIS ANNOUNCEMENT: GO TO WWW.FBO.GOV; SCROLL DOWN TO THE BOTTOM AND CLICK ON THE LINK (PLEASE CLICK HERE TO VIEW MORE DETIALS) UNDER ADDITIONAL INFO. THIS WILL TAKE YOU THE IDEAS EC WEBSITE. IF YOU DESIRE A PRINTED COPY, CLICK ON THE PRINTER ICON (TO PRINT/VIEW THIS ANNOUNCEMENT, USE OUR PRINTER FRIENDLY PAGE.)>>>> >>>>This is solicitation number P12PS21244 and is issued as a Request for Quotation.>>>> >>>>This announcement constitutes the only solicitation; quotations are hereby being requested and a separate written solicitation will not be issued. >>>> >>>>The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 57. >>>> >>>>This acquisition is a 100% Small Business Set-Aside. >>>> >>>>NAICS code 325188: All Other Basic Inorganic Chemical Manufacturing, Size Standard: 1000 employees. >>>> >>>>Address questions regarding this quote to jenny_harris@nps.gov NLT March 16, 2012 @ 1:00 p.m. Mountain Standard Time. Questions received after this date and time shall not be accepted. >>>>STATEMENT OF WORK dated 8 March 2012 DESCRIPTION OF WORK The work consists of providing Magnesium Chloride application to gravel roads at Black Canyon National Park, and Curecanti National Recreation Area, in the Gunnison Colorado areas. SPECIFICATIONS: 1.Application of Magnesium Chloride dust abatement to be applied on or about: May 1, 2012, thru Sept 30, 2012. Material must be applied via computer calibration at the rate of.25 tenths gallon per square yard on roadway. 2.Roadway surface at Black Canyon is approximately 9 miles long by 18' wide. Government will prepare road surface. 3.Roadway surface at Curecanti National Recreation Area is approximately 8.7 miles long by 16' wide. Government will prepare road surface. 4.Payment will be made based on actual material applied not to exceed award amount. 5.Magnesium Chloride Solution Specifications: ************Chemical Properties: Magnesium Chloride 30-33%; Sulfates 0-3.5%, Potassium 0-0.5%; Sodium 0-0.7% ************Physical Properties: Clear to yellow in color; 10.85-11lbs per gallon; 6-7.5 pH of a 5% solution >>>>>Constituents>>>>> ***Total Phosphorous, Barium, or Zinc < 10.00mg/L***Molybdenum DELIVERY SCHEDULE and CONTRACT PERIOD The awarded vendor will be expected to provide the services requested within 30 days of contract award, or as may be coordinated sooner, or as otherwise arranged with the Contracting Officer. The Contracting Officer or a Contracting Officer's Representative shall coordinate with the awarded vendor for a date and time to begin the requested services. >>>PERIOD OF PERFORMANCE: The period of performance is 21 calendar days after Notice to Proceed (NTP). >>>WORK DATES: Estimated delivery date on or about 1 May 2012. The exact date will be set based on ensuring that freezing conditions do not exist in the roads, yet ensuring there is still sufficient moisture in the roads. >>>DELIVER TO: ***Black Canyon of the Gunnison National Park, North Rim Road, is located approximately 15 miles southeast of Crawford Colorado. Meet in the town of Crawford, CO and the COR will provide directions. ***Curecanti National Recreation Area is located approximately 15 miles west of Gunnison Colorado, 102 Elk Creek, Gunnison, CO 81230 ***The contractor shall coordinate the exact date and time for delivery with the NPS. ***F.O.B Point: Destination >>>PARK REQUIREMENTS: The contractor shall determine and adhere to road way use regulations for all roads between the point of origin and the delivery site, and responsible for any applicable permits. -The contractor shall adhere to all park requirements, rules, regulations and posted speed limits within all park boundaries. >>>SUBMITTALS: The awarded contractor will be required to provide the following for review and approval prior to commencement of work: -Submittals for all products, chemicals, etc., expected to be provided in the completion of this contract -Material Safety Data Sheets (MSDS) for any and all products, chemicals, etc. to be provided in the completion of this contract. -Insurance Certificate >>>MEASUREMENT AND PAYMENT: The measurement for payment shall be for the actual services quoted as a firm fixed price, for the items requested in section 7 above. Payment will be made at the contracted prices. Payment shall be made via Electronic Funds Transfer to the vendor's bank of record, as indicated in the vendor's current Central Contractor Registration. A single payment, upon contract completion, is anticipated for this contract. Any payments must be pre-approved by the Contracting Officer. >>>WARRANTY: The Contractor shall ensure that the dust suppressant meets the requirements of these specification and the submittals upon delivery. >>>SITE VISIT: A site visit is necessary and can be arranged by contacting the Contracting Officer Representative (COR), Ed Herrera at 970-641-2337, x-240 or ed_herrera@nps.gov. This visit must be done prior to award of contract. >>CONTACT INFORMATION: For information regarding this solicitation contact: Jennifer Harris, Contract Specialist, at jenny_harris@nps.gov or 303-969-2866._________________________________________________________________________________________>>>DELIVER TO: See Statement of Work ---The requested delivery date is on or about 1 May 2012. ---Estimated Delivery Date, if Different than Requested Date: _____________________________________________________________________________________________________>>>PROPOSAL SUBMISSION >>>Quoters shall e-mail their quotations to jenny_harris@nps.gov. All quote packages shall be marked "P12PS21244 CURE MAG CHLORIDE." >>>Quotes shall be submitted to insure receipt by 2:00 pm Mountain Standard Time, Friday, March 23, 2012. >>>The anticipated award date is on or about March 27, 2012. >>>All quotes must be signed/dated by an authorized company official. >>>Quote packages must include the following: >>>>>>Quote prices for all contract line items 1, 2 and 3 as noted below;>>>>>>Completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with the offer. >>>>>>Five (5) past performance contacts with company name, contact person's name, phone number, cell number, e-mail and fax number. Any quotation received without the requested past performance contacts will be considered non-responsive and will not be considered. >>>CONTRACT LINE ITEMS >>>>>>Contract line item 0001: Magnesium Chloride shall be applied to the road surface on the North Rim Road of Black Canyon of the Gunnison National Park. The supplier will spray/apply Magnesium Chloride at the rate of.25 tenths gallon per square yard. The application will cover nine (9) miles of road at a width of eighteen feet (18'). The total estimated amount of gallons is 23,800 (rounded up). This work will be completed one (1) mile at a time, depending on moisture content, water trucks, and equipment. This process may take one to two days for completion. >>>>>>Contract Line item 0002: Magnesium Chloride shall be applied to the road surfaces at Curecanti National Recreation Area. The supplier will spray/apply Magnesium Chloride at the rate of.25 tenths gallon per square yard to 8.7 miles of road, at a width of sixteen feet (16'). This work will consist of the application to multiple short roadways along highway 50 and Ponderosa Campground as follows: Ponderosa Campground Road - 2 and 8/10 miles (2.8)Red Creek Road - 4/10 mile (.4)Dry Gulch Road - 6/10 mile (.6)Bay of Chickens - 3/10 mile (.3)East Elk Creek - 1and 2/10 miles (1.2)North Willow Creek - 3/10 mile (.3)Soap Creek Road - 3 and 1/10 miles (3.1) The total estimated amount of gallons is 22,400 (rounded up) >>>>>>Contract line item 0003 (OPTION ITEM): This line item is an option item for the hauling and application of water to the North Rim Road of Black Canyon of the Gunnison National Park. The park intends to haul and provide water if possible, but may require assistance with this task. The quoter shall provide a quote price, on an hourly basis, which shall include the truck, driver and water. It is estimated that as much as 80,000 gallons of water could be required. The amount of this task that will be required cannot be determined until the time of the actual application. The Park Service may require the vendor to provide any amount of this service that the Park Service cannot provide, ranging from none to all, or any quantity in between. Company Name:_____________________________________________________ DUNS:_____________________________________TIN:______________________ Business Address: ______________________________________________________ Business Phone: _____________________________Cell: _________________FAX: ______________ Email Address: ___________________________________________________ __________________________________________________________________Print Name and Title__________________________________________________________________Signature____________________________________________________________________Date__________________________________________________________________________________>>>THE FOLLOWING FAR PROVISIONS AND CLAUSES APPLY TO THIS SOLICITATION AND ARE INCORPORATED BY REFERENCE AND CAN BE ACCESSED THROUGH THE INTERNET AT HTTP://WWW.ARNET.GOV/FAR. 1)The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.In addition to the requirements noted in 52.212-1; quotes shall contain the following: a) Contractor provided information that responds to the non-price evaluation factors noted in FAR 52.212-4 below; b) Price proposal for contract line items 1, 2 and 3 as noted in the proposal submission below; c) Completion of provision 52.212-3below; d) Past Performance references e) Acknowledgement of any solicitation amendments; 2)Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of this 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. The non-price evaluation factors and their acceptability standards are: a)Technical Capability of the quoter to provide the requested service. This determination will be made via responses from references provided by the quoter. b)Past Performance. Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of quoters past performance, and / or references obtained from any other source. Quoters shall provide a list of five past contracts / projects, with a contact name and phone number, for contracts completed within the last three years, which could be considered similar in nature. c)Price 3)Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with the offer (available at www.acquisition.gov/far/). Successful offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and the Online Representations and Certifications Application (ORCA) at www.orca.bpn.gov. Please update/complete the Online Representation and Certification (ORCA) at https://orca.bpn.gov prior to award. In order to receive award contractors must maintain a current registration in the CCR database. 4)The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. 5)The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition including the following additional FAR clauses which apply to this acquisition: 52.204-7, Central Contractor Registration 52.209-6, Protecting the Government' Interest when subcontracting with Contractors Debarred, suspended, or Proposed for Debarment; 52.211-6, Brand Name or Equal 52.219-6, Notice of Total Small Business Set Aside; 52.219-28, Post Award Small Business Program Rerepensentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-15, Energy Efficiency in Energy-Consuming Products 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-1, Buy American Act - Supplies 52.222-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim. >>>1452.228-70 LIABILITY INSURANCE - DEPARTMENT OF INTERIOR JULY 1996 (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of Amerca. The amounts of the insurance shall be not less than as follows: i)Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy. Employer's liability coverage of at least $100,000 is required. ii)General liability: $500,000 each occurrence iii)Automobile liability. The contractor is required to obtain automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. iv)The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work.__________________________________________________________________________________>>>EVALUATION FACTORS FOR AWARD DECISION The award of the contract will be determined upon the following factors:-Price-Past Performance ratings, as determined via information provided from the quoter provided contacts.-Technical capability of quoter to provide the requested services, as determined via information provided from the quoter provided contacts._______________________________________________________________________________________>>>SOURCES: All responsible sources may submit an offer which, if received on time, will be considered.__________________________________________________________________________________________>>>AMENDMENTS: The official combined synopsis/solicitation is posted at http://ideasec.nbc.gov. Amendments to the solicitation will be posted in the same manner as the solicitation; it is the contractor's responsibility to monitor the website. The government reserves the right to cancel this solicitation.___________________________________________________________________________________________>>>APPLICABLE WAGE DETERMINATION: Wage Determination No. 2005-2083, Revision No. 13, Revision date of 09/09/2011, is applicable to this contract and all quoters submitted quotations shall include incorporation of this wage determination. This wage determination may be found and accessed at http://www.wdol.gov.__________________________________________________________________________________________>>>ORCA REGISTRATION: Quoters shall be registered via "ORCA" at https://orca.bpn.gov/login.aspx or complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.__________________________________________________________________________________________>>>CCR REGISTRATION: All vendors wishing to be considered for this solicitation must be registered in the Central Contractor Registration (CCR) database prior to the approximate date of award (4/2012). Registration in the CCR database may be completed via www.ccr.gov, and takes approximately seven (7) days for completion.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS21244/listing.html)
- Place of Performance
- Address: Curecanti National Recreation Area102 Elk CreekGunnison, CO
- Zip Code: 81230
- Zip Code: 81230
- Record
- SN02701781-W 20120323/120321234707-3b51cf6a16ed4242d2e4471b540cab14 (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 |