SOLICITATION NOTICE
56 -- Sand (3/8" minus screened fractured rock) for Olympic National Park, WA
- Notice Date
- 6/26/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 212321
— Construction Sand and Gravel Mining
- Contracting Office
- NPS, PWR - OLYM MABO600 E. Park AvenuePort AngelesWA98362-6757US
- ZIP Code
- 00000
- Solicitation Number
- P14PS01465
- Response Due
- 7/11/2014
- Archive Date
- 8/10/2014
- Point of Contact
- PHAEDRA FULLER
- Small Business Set-Aside
- Total Small Business
- 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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-75. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.acquisition.gov/far. The solicitation number is P14PS01465, and the solicitation is issued as a Request for Quotation. The NAICS code is 212321 with an associated small business size standard of 500 employees. This solicitation is a 100% total small business set-aside, and will result in a firm fixed price contract to a single vendor determined to be responsive and responsible. The Government will consider past performance in determining responsibility. 01 - ATTACHMENT TO THIS SOLICITATION. The information posted in this synopsis at FedBizOpps is repeated in the only attachment to this solicitation, which can be accessed via the link to FedConnect, or by going directly to the FedConnect website at https://www.fedconnect.net. Once at the FedConnect home page, click "Search Public Opportunities Only." Next screen, under Search Criteria, change the drop-down menu selection to read "Reference Number," then type in solicitation number P14PS01465 and click "search." Next screen, click the underlined text that is the solicitation title. Next screen is the overview screen. On the right-hand side, is the list of documents posted, showing the SF-1449 solicitation form and all the attachments. Open each attachment individually, which can be saved and/or printed. 02 - DESCRIPTION: The National Park Service, Olympic National Park (OLYM), has a requirement for a vendor to Supply and deliver 1/4" minus fine aggregate sand material (3/8" minus screening of fractured rock) minus gravel, free of noxious seeds and weeds, for multiple deliveries during August/September 2014 to the Olympic National Park headquarters sand stockyard behind the maintenance building at 600 East Park Avenue, Port Angeles, WA 98362. The material is being used for fall/winter road operations, sanding the Hurricane Ridge Road during snow/ice conditions. Fine aggregate sand shall consist of clean, hard durable fractured rock and shall be free from lumps of clay, soft or flaky material, loam or other detrimental, including noxious seeds and weeds. Sand material shall not contain more than 2% of material finer than the #200 sieve, using AASHTO Method T11. GRADATION: The sand shall conform to the following gradation requirements (WSDOT 9-03.13, #200 modified): Square Mesh Sieve - - - % Passing Weight 1/2" square - - - 100 3/8" - - - 100 #4 - - - 57-100 #10 - - - 40-100 #50 - - - 3-30 #100 - - - 0-4 #200 - - - 0-2.0 03 - DELIVERY REQUIREMENTS. Address is the Olympic National Park headquarters sand stockyard behind the maintenance building at 600 East Park Avenue, Port Angeles, WA 98362. Vendor is responsible for delivery and off-loading of material, but not stockpiling (vendor will not be required to handle the sand at the delivery site). Vendor shall schedule first day of delivery in advance, with Dwayne (Ed) Travis, Roads Supervisor for the purpose of meeting driver on-site, to direct exactly where to off-load. Ed can be reached at office phone 360-565-3175, cell phone 360-912-2771, or email address at Dwayne_Travis@nps.gov. Material must be delivered between 9am and 4pm, Mondays through Thursdays only. No deliveries off-hour, off-day or on a federal holiday will be accepted. Delivery shall be made using a solo truck without trailer to accommodate the delivery site. A "slider" bed may be used if the operator is willing to park the trailer off-site. All traffic, driver, and vehicle laws and regulations are the responsibility of the Vendor. Dryness of material is a concern. The park maintenance employee inspecting material will be looking for a low level of moisture, which is considered a "dry load." The intent is that material be delivered as dry as possible, containing a low level of moisture. For example, if rain occurs over a day or more, vendor shouldn't deliver rainy, wet material that same day or even day after, if material is still very saturated, which would be considered a "wet load." Wet loads will be immediately rejected and vendor shall not off-load. If a wet load is identified after it's off-loaded, the load will either be rejected and vendor will be responsible for removing the material from the site and re-delivering a dry load at Vendor's own expense, or, the load may be accepted but only at a reduced tonnage, as approved by the Contracting Officer and agreement of the parties. Delivery shall not be made when raining at any point along the delivery route. If washed sand is supplied, it shall be stockpiled by the producer or supplier until dry before it is loaded, weighed, and delivered. 04 - PERIOD OF PERFORMANCE: The performance period stated on the Standard Form 1449 is the actual performance period for when deliveries need to start and end, having received all material by the completion date. The period of performance is from August 1, 2014 to September 19, 2014. If after award, the completion date needs changed, then the contract can be modified, but only by approval of the Contracting Officer in writing and agreement of the parties. By signing the modification for the date extension the Vendor thereby agrees to deliver the full quantity of material ordered by the new completion date without further extension, since the purpose of this contract is to apply the material during ice/snow conditions on the Hurricane Ridge Road in the park. 05 - QUALITY CONTROL. (a) The National Park Service may inspect quarries being considered for award. The presence of noxious seeds and weeds shall be part of the Contracting Officer's determination of "responsiveness." The intent of our inspections of potential fine aggregate sand sources is to avoid contamination with seeds or other plant parts capable or reproducing, of the following species: -Cheatgrass, Bromus tectorum -Potted knapweed, Centaurea biebersteinii -Brown knapweed, Centaurea jacea -Tumble knapweed, Centaurea diffusa -Canada thistle, Cirsium arvense -Scot's broom, Cytisus scoparius -Herb Robert, Geranium robertianum -English ivy, Hedera helix -Orange hawkweed, Hieracium aurantiacum -Common St. John's-wort, Hypericum perforatum -English holly/Ilex aquifolium -Yellow iris, Iris pseudacorus -Everlasting peavine, Lathyrus latifolius -Small everlasting peavine, Lathyrus sylvestris -Reed canarygrass, Phalaris arundinacea -Japanese knotweed, Polygonum cuspidatum -Himalayan knotweed, Polygonum polystachyum -Giant knotweed, Polygonum sachalinense -Bohemian knotweed, Polygonum x bohemicum -Sulphur cinquefoil, Potentilla recta -Laurel cherry, Prunus laurocerasus -Himalayan blackberry, Rubus discolor -Evergreen blackberry, Rubus laciniatus -Tansy ragwort, Senecio jacobaea. For a proposed source to have the potential for acceptance, the fine aggregate sand product in question has to have been mined from an intact layer, processed, and stored since the end of the previous seed-dispersal season. Olympic National Park botanist considers the end of the seed-dispersal season to be November 1st. In addition, the areas surrounding the mining, processing, and stockpiling locations need to be essentially free of the above species for 100 feet in all directions. (If the fine aggregate sand is mined, processed, and delivered entirely during winter and early spring, the concern with surrounding weed populations is reduced). The Olympic National Park botanists do exercise judgment when inspecting. For example, if some limited presence of the above species are found, they could still be acceptable if the plants observed show no evidence of flowers or fruits. (b) Vendor shall weigh all fine aggregate sand using a certified scale. Weight tickets shall be provided to the park maintenance employee at time of delivery for each delivered load. The park maintenance employee is required to sign the weight ticket as proof of acceptance of the delivery. Vendor shall maintain a weight ticket log or keep a copy of each ticket. The weight tickets need to show the type of material, quantity, delivery date, and if not already filled in, either the driver or the park maintenance employee shall write in the contract number on the ticket. Weight ticket numbers and corresponding dollar amounts shall be referenced on invoices. (c) Quoters may be required to furnish testing samples of the fine aggregate sand prior to award or at any time after award during performance of the contract. (d) The Government expects there to be no need to change the grade of fine aggregate sanding material during performance of the contract, however, if contractor submits a written, justified request to do so, only the Contracting Officer can approve such a change, by agreement of the parties. (e) Government inspection at time of delivery - refer to "DELIVERY REQUIREMENTS" above. 06 - PRICE SCHEDULE. The unit of measure shall be in tons. Vendor shall not change the unit of measure during performance of the contract. The unit price shall include all elements necessary to deliver to the site including but not limited to, production, testing, loading, delivery, and off-loading. The government will award to the vendor quoting the lowest unit price per ton. The line item can be copied onto Quoter's letterhead or this page may be filled out and submitted with quote. The government currently has $15,000 appropriated for this project. THIS AMOUNT IS NOT THE GOVERNMENT ESTIMATE. It is what the Government intends to spend. For this amount, the Government anticipates being able to purchase at least 800 tons, ordering as many tons as can be purchased at the awarded unit price per ton, with total award amount not to exceed $15,000. Vendor shall provide a price as follows: unit price of $____________ per ton. 07 - CLAUSES & PROVISIONS. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible Offeror whose quote conforming to the solicitation will be most advantageous to the Government, on the basis of lowest unit price, considering price and past performance. The National Park Service may inspect quarries being considered for award. The presence of noxious seeds and weeds shall be part of the Contracting Officer's determination of "responsiveness." The government reserves the right to make award without discussions. The government reserves the right to make award without discussions. SYSTEM FOR AWARD MANAGEMENT (SAM) - - The 52.204-07, System for Award Management is applicable to this solicitation. Offerors are required to be registered in SAM.gov in order to be considered eligible for consideration for award. The website address for SAM is https://sam.gov. REPS/CERTS - - Offerors must include a completed hard copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with quote, or have completed electronic reps/certs in SAM. The clauses at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses: 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-06 Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set Aside of Orders; 52.219-28 Post Award Small Business Program Representation; 52.222-03 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-01 Buy American Act-Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - System for Award Management. The clause at 52.247-34, F.o.b. Destination, applies to this acquisition. The clause 52.211-17, Delivery of Excess Quantities, is applicable to this solicitation. The clause, "DOI Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP)" is applicable to the awarded contract. IPP REGISTRATION NOT REQUIRED UNTIL AFTER AWARD. The clause, in full text, is as follows: Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendor's actual business invoice. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. END OF CLAUSES. 08 - ANY QUESTIONS REGARDING THIS SOLICITATION MUST BE SUBMITTED IN WRITING (fax or email) to the point of contact listed below. Fax number is 360-565-3018. If faxing question(s), include the solicitation number on the front page/cover page. If emailing, reference the solicitation number in the subject line of the email. 09 - WHEN AND WHERE TO SUBMIT QUOTE: Quotations must be received at Olympic National Park no later than Friday, July 11, 2014 at 5:00 p.m., Pacific Daylight Time. Anticipated award date is the week of July 28th or earlier, depending on schedule of quarry inspections prior to award. Quotes may be submitted by fax or email, to the point of contact listed below. If emailed, state "P14PS01465/QUOTE" in the subject line of the email. If faxed, include the statement "P14PS01465/QUOTE" on the front page/cover page of the fax. If quote is mailed or hand-delivered, the solicitation number shall be indicated on outer envelope as well as Vendor's name and address. Quotations may be hand delivered to Park Headquarters, Offices 4 or 5. The address for mailing or hand-delivery is Olympic National Park, 600 East Park Avenue, Port Angeles, WA 98362. 10 - WHAT TO INCLUDE IN QUOTE: (a) Company letterhead or cover page showing business name, address, phone number, and DUNS number, (b) a point of contact name, phone number, and email address, (c) quarry/pit or business name and location of the material source, and (d) the quoted unit price per ton. 11 - POINT OF CONTACT FOR THIS SOLICITATION is Phaedra Fuller, Contract Specialist, Olympic National Park, telephone: 360-565-3009, email Phaedra_Fuller@nps.gov. The government reserves the right to cancel this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS01465/listing.html)
- Record
- SN03407142-W 20140628/140626234723-aebbca49e0658bee25e88297e9564fcb (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 |