SOLICITATION NOTICE
56 -- Denail Toklat Auto Shop Concrete
- Notice Date
- 6/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- ARO - AKRO ALASKA REGIONAL OFFICE 240 West 5th Avenue ANCHORAGE AK 99501
- ZIP Code
- 99501
- Solicitation Number
- P12PS12442
- Response Due
- 6/20/2012
- Archive Date
- 6/6/2013
- Point of Contact
- Jordan W. Gunn Contract Specialist 9076443306 jordan_gunn@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
- 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. SOLICITATION NUMBER: P12PS12442 This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-55, effective February 2, 2012. SET ASIDES: N/A - Full and Open Competition NAICS Code: 327320 PROVIDE CONCRETE FOR BUILDING ADDITION AT DENALI NATIONAL PARK Toklat Auto Shop Addition Construction Project Denali National Park and Preserve, Alaska GENERAL REQUIREMENTS 1. DESCRIPTION OF WORK The work of this contract consists of providing ready-mixed concrete for Toklat Auto Shop addition at Denali National Park. Contractor will provide ready-mixed concrete for the building slab-on-grade with thickened edge (monolithic pour). Contractor to provide & discharge concrete into a minimum of a 12' long chute & discharge concrete in accordance with instructions from NPS site supervisor. 2. DEFINITION OF BID ITEMS There are 1 bid items for this contract: BID ITEM NO. 1 - Ready-Mixed Concrete This bid item consists of ready-mixed concrete to be poured into the slab-on-grade. Concrete will be ordered 7-8 cubic yards at a time. This bid item will be unit price and the basis for bidding will be 23 cubic yards with NPS specified additives & additives determined necessary by the Contractor. 3. PAYMENT Payment for unit price items will be made for actual quantities of materials delivered. All delivery & material costs to be included in the unit price. 4. PROJECT LOCATION The Toklat Auto Shop is located 53 miles from Headquarters. Access to the site is by 13 miles of paved road & 40 miles of unpaved gravel road. The road is winding going over 2 mountain passes with some moderately steep grades. Travel restrictions for oversized vehicles will require traveling from mile 30 to Toklat & returning to mile 30 between the hours of 10:00 PM & 6:00 AM. Delivery trucks will need to leave Toklat heading back to Headquarters no later than 5:00 AM in order to be back to mile 30 by the 6:00 AM deadline. 5. CONCRETE SPECIFICATIONS Technical specifications governing the work of this contract are in Appendix A - Concrete Specifications. 6. NPS SUPPLIED MATERIALS NPS will supply water & all hand tools & labor to place & finish concrete. NPS will provide equipment as needed to lift bags of concrete or other aggregate materials needed for batching concrete. 7. SCHEDULE The National Park Service (NPS) has scheduled to begin excavation for the building foundation in June 2012. Placement of the slab-on-grade will commence approximately July 1 - July 15 2012. 8. COORDINATION NPS will provide Contractor advance notification of concrete placement at the slab-on-grade with thickened edge 2 weeks ahead of time, and will update the contractor as work progresses to coordinate schedule and delivery of concrete. 9. APPENDICES The following additional information is attached below: Appendix A - Concrete Specification End of General Requirements APPENDIX A - SPECIFICATIONS FOR CAST-IN-PLACE CONCRETE PART 1 - GENERAL 1.1SUBMITTALS A. Design Mixtures: For each concrete mixture submit mix design data. Submit alternate design mixtures when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. Mix design to include travel time to remote site of approximately 2 hours from Park Headquarters. B.Material Certificates: provide certificates for (1) cementitious materials and (2) admixtures. 1.2QUALITY ASSURANCE A. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from single source, and obtain admixtures from single source from single manufacturer. B. ACI Publications: Comply with the following American Concrete Institute publications: 1. ACI 301, "Specifications for Structural Concrete" 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials" PART 2 - PRODUCTS 2.1CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source, throughout Project: Portland Cement: ASTM C 150, Type I/II B. Normal-Weight Aggregates: ASTM C 33, coarse aggregate or better, graded. 1. Maximum Coarse-Aggregate Size: 3/4 inch nominal. 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C. Water: ASTM C 94/C 94M and potable. 2.2ADMIXTURES A. Air-Entraining Admixture: ASTM C 260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. 2. Retarding Admixture: ASTM C 494/C 494M, Type B. 3. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. 4. High-Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type F. 5. High-Range, Water-Reducing and Retarding Admixture:ASTM C 494/C 494M, Type G. 6. Plasticizing and Retarding Admixture: ASTM C 1017/C 1017M, Type II. 2.3CONCRETE MIXTURES, GENERAL A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. B. Limit water-soluble, chloride-ion content in hardened concrete to 0.06 percent by weight of cement. C. Admixtures: Use admixtures according to manufacturer's written instructions. 1. Use water-reducing, high-range water-reducing or plasticizing admixture in concrete, as required, for placement and workability. 2. Use water-reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 2.4CONCRETE MIXTURES FOR BUILDING ELEMENTS A. Footings and Slab-on-grade: Proportion normal-weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.50. 3. Slump Limit: 3 inches plus or minus 1 inch before the addition of water-reducing admixture. 4. Air Content: 5 percent, plus or minus 1.5 percent 2.5CONCRETE MIXING A. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M and furnish batch ticket information. 2.6 CONCRETE DELIVERY SCHEDULE 1.Concrete delivery trucks shall be batched at least 30 minutes apart & the last concrete truck shall be batched & concrete poured no more than 2 hours after the first truck has been emptied END OF SECTION CONTRACT LINE ITEMS:Line Item 001: Ready-Mixed Concrete - 23 CY Each: $___________ PERIOD OF PERFORMANCE: July 1 - July 15 2012 PLACE OF DELIVERY/ACCEPTANCE: Denali National Park & Preserve, Denali Park, AK 99755 CLAUSES AND PROVISIONS:The following Federal Acquisition Regulation clauses and provisions apply to this acquisition: 52.212-01, Instructions to Offerors-Commercial 52.212-02, Evaluation-Commercial ItemsThe specific evaluation criteria shall be as follows: LOWEST PRICE TECHNICALLY ACCEPTABLE Vendor must submit spec sheets of concrete to be provided ensuring that it meets the specifications above. Any vendor that does not provide a cut sheet shall be considered non-responsive. 52.212-03, Offeror Representations and Certifications-Commercial ItemsCENTRAL CONTRACTOR REGISTRATION INFORMATION: Contractors are required to be registered in the Central Contractor Registration (CCR) government system prior to award in order to be eligible for a government contract - the link can be found at http://www.ccr.gov. We advise potential bidders to begin the registration process when they prepare their bid to ensure the registration in the CCR database is complete and in-place should they be selected for the award. In the event a bidder is not registered in CCR at the time the contracting officer is ready to award the contract, the contracting officer will proceed to the next eligible successful quoter. Refer to FAR 52.204-7, Central Contractor Registration, "If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror." ONLINE REPRESENTATIONS &CERTIFICATIONS APPLICATION (ORCA): Prospective contractors shall complete the electronic annual representations and certifications at https://orca.bpn.gov in conjunction with required registration in the Central Contractor Registration database (see FAR Subpart 4.12 and FAR 52.204-8) 52.212-04, Contract Terms and Conditions-Commercial Items52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, which includes the following applicable clauses: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33 PROPOSAL SUBMISSION: Quotes must be received at the following address, via mail, or email, prior to the closing date of this combined synopsis/solicitation. Closing date of this solicitation is June 20, 2012 at 10:00AM, local Alaska time. POINT OF CONTACT: National Park Service Attn: Jordan Gunn 240 W. 5th Ave, Room 532 Anchorage, AK 99501 Phone: (907)644.3306 Fax: (907)644.3802 (If faxing your quote, you must submit a cover page, clearly indicating the solicitation number and Contract Specialist's name)Email: Jordan_gunn@nps.gov Additional Info: Please click here to view more details. Contracting Office Address: ARO - ALASKA Regional Office** 240 West 5th Avenue, Room 114 ANCHORAGE AK 99501 Place of Performance: Denali Park, Alaska 99755 USA
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS12442/listing.html)
- Place of Performance
- Address: Denali National Park, Alaska
- Zip Code: 99755
- Zip Code: 99755
- Record
- SN02767676-W 20120608/120606235634-aa239ec52fcafae727396278b98a7922 (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 |