SOURCES SOUGHT
56 -- STREET SANDSALT WATER MIXTURE
- Notice Date
- 4/12/2012
- Notice Type
- Sources Sought
- NAICS
- 212321
— Construction Sand and Gravel Mining
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- F1W3FA208A002
- Archive Date
- 5/8/2012
- Point of Contact
- Crystal L Champion, Phone: 907-552-7174
- E-Mail Address
-
crystal.champion@elmendorf.af.mil
(crystal.champion@elmendorf.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. In preparation for a future procurement, the 673rd Contracting Squadron on Joint Base Elmendorf Richardson is performing market research to determine potential small businesses (including small businesses, 8(a) firms, HUBZones, and small disabled veteran owned) that can offer same or similar products to furnish all labor, tools, parts, and transportation necessary to provide services stated below: SAND/SALT WATER MIXTURE DETAILED DESCRIPTION: Sand must be uniformly mixed with sodium chloride. This mixture shall contain sodium chloride at the rate of 10 percent by weight of sodium chloride to sand (plus or minus 2%). The sodium chloride gradation will conform to the ASTM 0 632 standard grade #1, for highway ice control. The sand mixture shall be free of lumps, muck, frozen material, roots, sticks or deleterious material and 100% passing through a 3/8" sieve with no more than 5% pass through a #30 standard mesh sieve. It shall be clean, hard and suitable for winter sanding operations. The moisture content cannot exceed five percent (5%) with a plus or minus 2 percent (+/-2%). The sand mixture shall have a minimum of 45% by total weight of particles retained on the #8 sieve having at least one fractured face. Street Sand/Salt mixture shall be graded to meet the following limits in Table #1 below: TABLE 1 Sieve Designation 3/8" #8 #16 #30 Passing by Weight 100% 75 - 100% 0-10% 0- 5% The sand shall be delivered by end dump trucks to Building 10550 located on JBER. The rate of delivery will be four (4) end dumps per hour, Monday through Friday, from 0700 to 1600 hours. Due to the restricted dumping area in Building 10550, coordination will be required between vendor and government personnel. A government representative will perform random product samples. Weight tickets must be turned in for each load delivered. The government will provide personnel for ticket collection. MINIMUM NEEDS 1. Government Pick-up: Vendor shall be responsible for loading the materials into Government dump trucks. The government will provide a one (1) hour notice prior to picking-up any materials Monday through Friday, and 24 hours notice prior to picking-up any materials on Saturday or 48 hour notice for Sunday pick-up requirements. 2. Delivery Hours: Normal operating hours are 7:00 A. M. through 4:00 P.M. Monday through Friday. A twenty four (24) hour advance notice and coordination between the contractor and the government representative is required prior to any Saturday or Sunday deliveries. Upon delivery of any material, weight tickets shall be provided for each load to a government representative. 3. Delivery of Street Sand/Salt Winter Mix: Delivery shall be made to the South side of building 10550 Slammer Avenue, JBER. Due to the limited space at this site, rate of delivery shall not exceed five (5) trucks per hour and shall be the end dump type. Coordination of the delivery time shall be made between the contractor and government representative. A government representative will perform random samples, to include, collecting all weight tickets for loads delivered. 4. Quality Control Test Reports: Contractor shall provide daily quality control test results of all materials in accordance with the specifications for each mixture type upon request of the Heavy Repair Shop, 773d Civil Engineer Squadron. SUMMARY The contractor must furnish all products FOB Destination Joint Base Elmendorf-Richardson. The applicable NAICS code is 212321, Construction Sand and Gravel Mining, with a size limitation standard of 500 employees Interested companies that meet the requirements stated above should submit an electronic statement outlining their company's capability and capacity to perform the work. Also, firms should provide their business size status in accordance with the small business administration website (www.sba.gov) for the above referenced NAICS code they fall within (i.e. small businesses, 8(a) firms,HUBZones, small disabled veteran owned businesses, etc.) Please email statements of capabilities to 2d Lt Crystal Champion at crystal.champion@elmendorf.af.mil or fax them to (907) 552-3561. Standard company brochures will not be considered a sufficient response to this sources sought notice. Point of Contact: 2d Lt Crystal Champion, Contracting Specialist, crystal.champion@elmendorf.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3FA208A002/listing.html)
- Place of Performance
- Address: 10550 Slammer Ave, JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02720167-W 20120414/120412234703-462b31868d78d19f69fe100b382d97ec (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 |