Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2012 FBO #3931
SOLICITATION NOTICE

56 -- Furnish approximately 1035 tons (Class #2) of 3/4 inch aggregate road base material and 59 tons (Class #2) of 1-1/2 inch aggregate road base

Notice Date
8/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - WHIS Whiskeytown NRA National Park Service-Whiskeytown NRAP.O. Box 18814412 Kennedy Memorial Drive Whiskeytown CA 96095
 
ZIP Code
96095
 
Solicitation Number
P12PS18870
 
Response Due
8/30/2012
 
Archive Date
8/27/2013
 
Point of Contact
Sheri Slavens Contract Specialist 5302423402 sheri_slavens@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
This is a combined synopis/solicitation for the acquisition of road-base rock, a commercial item, prepared in accordance with Federal Acquisition Regulation (FAR) subpart 1.6, as supplemented with additional information included in this notice. This announcement consititutes the only solicitiation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-29 of November 14, 2008. Quotations are being requested via this notice only. A written Solicitation will not be issued. The solicitation/Request for Quotations (RFQ) is P12PS18870. This acquisition is reserved exclusively for small business concerns. The North American Standard Industrial Classification code is 212319 and the size standard is 500 employees or less. Contractor shall provide all drivers and equipment to deliver and transport 3/4" inch class #2 Aggregate Road Base rock (virgin material only) meeting Department of Transportation specifications requirements noted in line items 1 and 2 below and additionally provide / supply and allow NPS owned dump trucks to pick up materials listed in line item 3. Road base material shall have no limestone or any round face crushed rock. Road base material shall be delivered to following locations: 1. 455 tons will be delivered and spread to a thickness of 4" and to an average 12' width on the Peltier Campground Road & Parking Areas (3/4 inch). 2. 390 tons will be delivered and spread to a thickness of 4" and to an average 12' width on the Page Bar Road & Parking Area (3/4 inch). 3. National Park Service shall pick up with NPS truck an additionall 249 Tons of Class # 2 Aggregate Road Base at the quarry site to pick up materials. These materials will consist of: - 59 tons of 1-1/2" minus class # 2 aggregate road base and; -190 tons of 3/4" minus class # 2 aggregate road base. Items 1 and 2 above, the contractor shall spread material (tailgate road base material with dump beds chained up) on dirt roadway so as to allow a National Park Service motor grader and it's operator to grade out road base material to a thickness of four inches and a twelve foot wide average of Aggregate Road Base rock. Contractors shall work with the National Park Service equipment operators to spread the road base material in all of the proper locations. Enough time shall be allowed for NPS equipment operators to spread material so that contractor trucks can drive over dumped material. NPS will provide equipment such as motor grader, rollers water trucks, etc., as needed to grade out and compact the road base material. NPS will close down the areas to the public at the above locations where transport will be required during construction and will provide construction signs along roadways for the public during gravel operations. A site visit may be scheduled before bid opening by contacting Joe Pettegrew, Roads, Trails and Lake Operations Supervisor at 530-242-3423. INTRESTED PARTIES SHALL SUBMIT QUOTES BASED ON UNIT PRICE PER TON FOR THESE MATERIALS. The government has the right to adjust the total tonnage ordered based on availability of funding at the time of the award. Sources of Supply and Quality Requirement: The contractor must provide weed-free certification for all imported rock, topsoil and erosion control materials. Weed-free certification must meet or exceed the North American Weed Management Association (NAWMA) standards. These standards include that all imported components be inspected in the State/Province of origin by proper officials or authority (described below). For a material source provider to be considered certified weed-free, all staging areas, work areas, vehicles and facilities associated with producing the material must be inspected by a qualified government inspector, or other proper officials or authority (described below), and determined to be free of all noxious weed and invasive plant species. Proper official or authority: A. Designated Park inspector B. Representative of that State's Dept. of Agriculture C. Representative of Shasta County Weed Management Area D. University Extension Agent E. An individual designated by that State's law or regulations. This individual will be trained and certified in accordance with the state's/province's standard operating procedures. In an effort to avoid introduction of non-native/noxious plant species, no hay or straw bales or any sort of material will be used for temporary erosion control. Before dump trucks, haul trucks, machinery and/or equipment are brought into the park, they will be pressure or steam washed in order to remove non-native seeds. Cleaning will consist of the removal of dirt, grease, debris and materials that may harbor weeds and their seeds. Cleaning must occur away from the project site. Construction equipment will be inspected by NPS staff prior to entering the park to ensure compliance with cleanliness requirements. Inadequately cleaned equipment will be rejected. All haul trucks bringing fill material from outside the park will be covered to prevent seed transport and dust deposition along the road corridor. Equipment and disturbance will be limited to within the construction limits, and to roadsides, bridge areas, and staging areas. Sources of rock, sand, gravel, earth, soil, or other imported natural material must be inspected for noxious weeds prior to acceptance. The contractor shall submit to the Contracting Officer (CO) a list of proposed sources for import materials 30 calendar days in advance of importing material. The list shall also include the end use and any temporary storage requirements of those materials. Natural Resources staff will inspect sources of materials that pose a risk, either by their end use or storage requirements, of allowing invasive, non-native plants (also known as noxious weeds) to establish in the park. Materials may be rejected if non-native invasive plants are present at the source and seeds could be present in the material. At the discretion of the Contracting Officer (CO), potentially contaminated material may be accepted if mitigating measures are implemented. Measures might include: Stripping the top 12 inches of source material, requiring fresh material stored less than 1 month, or sterilizing the material. Contaminated materials that contain fines and have an end use on the surface will require sterilization before importing to the park. Another mitigation measure would be to utilize materials immediately after it has been mined and processed. Contractor shall deliver material directly from the source to the NRA Area without intermediary storage or staging. Shipping vessels shall be covered to prevent spillage or windblown contents during transit. Material must be transported and stored such they will not acquire invasive non-native plants from adjacent vegetation. Material can not be staged on site at the quarry for any length of time. Once the material is mined, it is immediately shipped to the park in haul trucks that have been pressure washed (see above). The reason for this is to ensure that the material does not acquire invasive non-native seeds from adjacent vegetation. Shipping vessels shall be covered to prevent spillage or blowing of their contents while in transit. Disturbed areas will be monitored for up to three years following construction to identify growth of noxious weeds or non-native vegetation. Treatment of non-native vegetation will be completed in accordance with NPS 77-7, Integrated Pest Management Manual. All imported rock and/or topsoil material for the project must be inspected and accepted by the park. Subsurface rock material or recently exposed material (within 1-month of hauling to project site) that has not been exposed to weed sources may be acceptable upon inspection by the park. Park will inspect all proposed material sources prior to use or transport of materials into the park. Notify the CO two weeks in advance, to allow for Park inspection of proposed source. A copy of certified weight tickets shall accompany each load as well as delivery location clearly marked on every weight ticket. All invoices submitted for payment shall include location of delivery, date, tonnage, and copy of certified weight ticket. 1-gallon samples of the stockpiled material will be submitted to the Contracting Officer's Representative (COR) prior to delivery and shall include the source location where the COR has the option to perform an onsite inspection of the supply source (quarry). INTERESTED PARTIES SHALL SUBMIT A QUOTATION BASED ON A UNIT PRICE PER TONNAGE. The Government reserves the right to adjust the total tonnage ordered based on availability of funding at the time of award. A breakdown of quantity discounts shall be provided with the quotation, if applicable. The following FAR provisions and clauses apply: 52.212-1, Instruction to Offerors-Commercial Items; 52.212-3, Offer Representations and Certifications-Commercial Items (to be completed and provided with quotation); 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 (applicable are: (5)(i)-52.219-6; (16)-52.222-26; (17)-52.222-35; (18)-52.222-36; (19)-52.222-37; (21)-52.225-1; and (29)-52.232-33. Also invoked is (31)-52.232-36 as an optional alternative. Full text versions of all FAR references and clauses are available at http://www.arnet.gov/far. Submit quotations to the attention of Sheri Slavens, Contracting Officer or mail to Whiskeytown National Recreation Area, P.O. Box 188, Whiskeytown, CA 96095, or send by facsimile to (530) 242-3409. Quotations must be received no later than 4:30pm PST, Thursday, August 30, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS18870/listing.html)
 
Place of Performance
Address: Whiskeytown National Recreation Area, Whiskeytown, CA 96095, Shasta County.
Zip Code: 960950188
 
Record
SN02856031-W 20120829/120827235433-03c7b45acca37254d6c9f1199654e3af (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.