Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2014 FBO #4438
MODIFICATION

56 -- Stone for West Basin Drift and Scour

Notice Date
1/16/2014
 
Notice Type
Modification/Amendment
 
NAICS
212319 — Other Crushed and Broken Stone Mining and Quarrying
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ14Q0014
 
Response Due
1/21/2014
 
Archive Date
3/17/2014
 
Point of Contact
Jackie Primer, 1-901-544-3340
 
E-Mail Address
USACE District, Memphis
(jackie.primer@mvm02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. A written solicitation will not be issued. The U.S. Army Corps of Engineers, Memphis District anticipates awarding a FFP contract for a contractor to perform the below requirement to supply and deliver the stone and course aggregate material, per specification, by tandem axle (tri-axle) dump trucks in accordance with the below Statement of Work. DESCRIPTION/SPECIFICATIONS/WORK STATEMENT Deliveries - The items to be supplied under this purchase order shall be delivered to the job site beginning on or about 27 January 2014. Contractor should have the capability to deliver at a minimum of 500 ton per day. Material delivery may be delayed due to inclement weather or daily project requirements. The overall riprap delivery will not exceed 45 days except in cases where weather and/or high water prevents delivery. Delivery of riprap and coarse aggregate material shall be by tandem axle dump trucks, dump trailers will not be allowed. Prior to shipment, the Contractor shall coordinate delivery with the following personnel. Primary - Caleb Henry 901-277-2496 Secondary - Marco Goodman 901-544-0727 The general vicinity for the delivery is located north of Advance, Bollinger County, Missouri. The job site is on the right bank of Castor River Diversion Channel approximately 2.3 miles southwest of the bridge for State Highway 91 near levee mile post 5/6. A map showing the anticipated haul route on the levee is included. Vehicle weight limitations for operation on roads, streets and bridges may affect the prosecution of work under this contract. The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State and municipal laws, codes and regulations applicable to the performance of the work. Line Item NumberDescriptionEstimated Quantity 0001Riprap quote mark R-400 quote mark 6,000 TN Option 0002Riprap quote mark R-400 quote mark 2,000 TN 0003Coarse Aggregate quote mark CR 610 quote mark 4,000 TN MEASUREMENT and PAYMENT MEASUREMENT. The material to be furnished under this contract shall be measured as follows: a.Riprap (R-400) and coarse aggregate (CR 610) will be measured for payment, in the presence of a Government Inspector, by being weighed on approved, accurately calibrated scales furnished by and at the expense of the Contractor. Weight certificates furnished by a public weighmaster will be acceptable in lieu of such procedure when authorized by the Contracting Officer. Individual weight tickets shall be furnished to the Government Inspector at the time of delivery. PAYMENT. Payment will be made at the purchase order unit price for the quantity of acceptable material delivered. No payment shall be made for supplies replaced due to the Contractor's fault or negligence. Haul Route along levee to delivery area. Access levee (Right descending bank- south side) just before bridge for Highway 91 north of Advance Missouri, travel southwest along levee to delivery area approximately 2 miles, travel south west along levee road and exit levee onto CR 614 continuing to State Highway C, approximately 5 miles. SECURITY. The Contractor must pre screen Candidates using the E verify Program (http://www.dhs.gov/E Verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to ensure the correct information is entered into the E verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. SPECIFICATIONS 1.Riprap 1.1Riprap shall be of durable material as approved by the Contracting Officer. The sources from which the Contractor proposes to obtain the material shall be selected well in advance of the time when the material will be required. In case an undeveloped source is to be used, the Contractor will be required to show that an ample quantity of material is available before making quality tests. Stone for riprap shall be of a suitable quality to ensure permanence in the structure and in the climate in which it is to be used. It shall be free from cracks, seams and other defects that would tend unduly to increase its deterioration from natural causes. The inclusion of objectionable quantities of dirt, sand, clay and rock fines will not be permitted. 1.2Gradations Riprap shall conform to the gradation in the following table when delivered to the job site. TABLE I - RIPRAP quote mark R-400 quote mark Plate I Percent Lighter by Weight (SSD)Limits of Stone Weight, lb. 100400 - 160 50160 - 80 1580 - 10 1.3Gradation Test The Contractor shall perform a gradation test or tests on the riprap at the quarry; at least one gradation test shall be performed. The sample shall be taken by the Contractor under the supervision of the Contracting Officer Representative, shall consist of not less than 15 tons of riprap and shall be collected in a random manner which will provide a sample which accurately reflects the actual gradation arriving at the jobsite. If collected by the truckload, each truckload shall be representative of the gradation requirements. The Contractor shall provide all necessary screens, scales and other equipment, and the operating personnel therefore, and shall grade the samples, all at no additional cost to the Government. For each sample, the Contractor shall record, plot, and submit the Gradation Data, using the forms found at http://www.mvm.usace.army.mil/contracting/forms/forms.htm, to the Contracting Officer. The Contractor shall submit to the Contracting Officer Representative a copy of the Plots on the Gradation Graph for each size of riprap furnished. The Contractor shall notify the Contracting Officer Representative not less than 14 days in advance of each test. 2Aggregates 2.1Aggregates shall be composed of sand-clay-gravel mixtures; gravel or stone screenings; crusher run coarse aggregate consisting of gravel; or any combination of such materials which conforms to specified requirements. All materials shall be free from organic matter, lumps or balls of clay, objectionable coatings, and other foreign materials. The material shall conform to the requirements as specified by quote mark Coarse Aggregates quote mark, and ASTM D 422. All aggregate furnished under this contract shall comply favorably with representative samples as to quality, gradation, and moisture content. The Contractor shall be responsible for obtaining materials that meet the specification and can be used to meet the grade and smoothness requirements specified herein. 2.1.1Coarse Aggregates Coarse aggregate is defined as aggregate retained on the No. 10 (2.00mm) sieve. Coarse aggregates shall be reasonably uniform in density and quality. Coarse aggregate shall consist of hard, durable particles or fragments of stone or gravel. Materials that are soft, pliable, or subject to rapid deterioration when exposed to weathering shall not be used. The coarse aggregate shall have a percentage of wear not to exceed 50 percent after 500 revolutions as determined by ASTM C 131. The amount of flat and/or elongated particles shall not exceed 20 percent. A flat particle is one having a ratio of width to thickness greater than three; an elongated particle is one having a ratio of length to width greater than three. When the coarse aggregate is supplied from more than one source, aggregate from each source shall meet the requirements set forth herein. 2.2Gradations TABLE II - Coarse Aggregate CR-610 quote mark Plate II U.S. Standard Sieve Sieve DesignationPermissible Limits Percent by Weight, Passing 3 in.100 1 in.95 - 100 in.65 - 100 3/8 in.40 - 80 No. 4 (4.75 mm)30 - 60 No. 10 (2.00 mm)20 - 50 No. 40 (0.425 mm)15 - 35 No. 200 (0.075 mm)5 - 15 2.3 Liquid Limit and Plasticity Index Requirements. The portion of the completed aggregate surface course passing the No. 40 sieve shall have a maximum liquid limit of 35 and a plasticity index of 4 to 9. This acquisition is 100 percent set-aside for small businesses. The associated NAICS code is 212319 with a size of 500 personnel. All responsible sources may submit at quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a quotation for each line item with unit cost and total cost. Contractor shall submit completed clause 52.212-3, Offeror Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses and provisions can be accessed electronically at website, http://www.farsite.hill.af.mil. FAR 52.212-1 - Instructions to Offerors-Commercial Items. FAR 52.212-2, Evaluation - Commercial Items, Blank space shall read: 1. Price, 2. Past Performance Basis of Award - The Government will award a contract, from this solicitation to the responsible Offerors whose offer conforming to the solicitation will be most advantageous to the Government based on past performance and price. Offerors' price quote will be evaluated to determine price reasonableness. Prices which are excessively high or low may be considered unrealistic and unreasonable may receive no further consideration. (Paragraph 2)A formal review of past performance will not be conducted on this requirement. However, this order will be evaluated to assure that orders are not provided to debarred contractors. In addition, contractors with known performance issues identified in determining the contractor's responsibility per FAR Part 9 will be brought to the attention of the Contracting Officer and may be considered in making the awards. FAR Part 9, Contractor Qualification, requires that purchases shall be made from, and contracts shall be awarded to, responsible prospective contractors only. FAR 52.212-3 - Offeror Representation and Certifications-Commercial Items. FAR 52.212-4 - Contract Terms and Conditions-Commercial Items. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items ; FAR 52.203-3, Gratuities; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-16, Variation in Quantity, with blank to read 15 percent increase or decrease, Each quantity specified in the delivery schedule; FAR 52.211-17, Delivery of Excess Quantity; FAR 52.217-7, Option for Increased Quantity -- Separately Priced Line Item, with blank space to read, within 10 day of award. FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-13, Notice of Set-Aside of Orders; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action For Workers With Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.229-3, Federal, State and local taxes; FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.242-13, Bankruptcy; FAR 52.252-2 Clauses to Incorporate by Reference; DFAR 252.203-7000, Requirement Relating to Compensation of Former DoD Officials; DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFAR 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFAR 252.204-7003 Control of Government Personnel Work Product; DFAR 252.204-7004, Alternate A, System for Award Management; DFAR 252.204-7006, Billing Instructions; DFAR 252.204-7011, Alternative Line Item Structure; DFAR 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; DFAR 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; DFAR 252.209-7002, Disclosure of Ownership or Control by a Foreign Government; DFAR 252.209-7004, Subcontracting With Firms, That Are Owned or Controlled By The Government of a Terrorist Country; DFAR 252.225-7000, Buy American--Balance of Payments Program Certificate; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors; DFAR 252.225-7012, Preference for Certain Domestic Commodities; DFAR 252.225-7031, Secondary Arab Boycott of Israel; DFAR 252.232-7003, Electronic Submission of Payment Requests; DFAR.232-7010, Levies on Contract Payments; DFAR 252.243-7001, Pricing of Contract Modifications; DFAR 252.243-7002, Requests for Equitable Adjustment; DFAR 252.244-7000, Subcontracts for Commercial Items DFAR 252.247-7023 Transportation of Supplies by Sea, Alternate III. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by January 21, 2014 no later than 1:00 PM local time at 167 N. Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-14-Q-0014 addressed to Jackie Primer, Contract Specialist, Phone (901) 544-3340, Fax (901) 544-3710, email address jackie.primer@usace.army.mil. Vendors not registered in Systems for Awards Management (SAM) prior to award will not be eligible for award. Vendors may register for SAM by calling 1-888-227-2423or register online at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ14Q0014/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN03269686-W 20140118/140116234753-2b8f35ef9d7363c3d58b06960bd3a81b (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.