Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 2,1999 PSA#2400

National Park Service, Chickasaw National Recreation Area, P.O. Box 201, Sulphur, OK 73086

56 -- GRANITE AGGREGATE SOL 1443RQ751099004 DUE 081399 POC Rosalind Jones 580/622-3161 ext. 204 FAX 580/622-2296 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 number for this procurement is 1443RQ751099004 and is issued as a Request for Quotations. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 97-12. This solicitation is full and open competition. The standard industrial classification code is 1423 and the small business size standard is 500 employees. This acquisition is for supply and delivery of approximately 5,300 tons of granite aggregate, 1-1/2" minus crusher run. Specifications for granite aggregate 1-1/2" minus crusher run are based on Oklahoma Department of Transportation Section 703. General Requirements: The aggregate base course material shall consist of an intimate mixture of graded aggregate, coarse and fine, and shall be practically free from vegetable or other deleterious substances. Coarse aggregate (material retained on a #10 sieve) shall consist of sound, tough, durable particles or fragments of disintegrated granite. Fine aggregate shall be sand, stone dust or other inert finely divided mineral matter. At least 40 percent of that portion of the complete mixture retained on the #4 sieve shall be composed of uniformly graded crushed particles (pieces of aggregate with one or more fracture faces resulting from the artificial crushing). Physical Properties: The coarse aggregate retained on the 3/8" sieve of the finished mixture shall have a percent of wear, Los Angles Abrasion Test, of not more than 45. No source of material used in the blend shall have a percent of wear of more than 45. The aggregate shall have an aggregate durability index of 40 or more. Gradation: The graded aggregate when uniformly blended and sampled from trucks or windrows shall conform to the following requirements. Materials for base courses which contain oversize particles of rock, gravel, lumps of clay or conglomerated material shall not be loaded into vehicles for delivery. Such oversize particles of aggregate must be screened, crushed, or otherwise processed to meet the specifications before delivery to the road. The samples taken from trucks or windows after the graded aggregate has been uniformly blended shall conform to the gradation limits for Type A as follows: 100 percent passing the 1-1/2" sieve; 40-100 percent passing the 3/4" sieve; 30-75 percent passing the 3/8" sieve; 25-60 percent passing the #4 sieve; 20-43 percent passing the #10 sieve; 8-26 percent passing the #40 sieve; and 4-12 percent passing the #200 sieve. For every 500 to 800 tons of material delivered, the contractor shall collect samples, perform gradation tests and provide certified copies of the results to the National Park Service. Delivery to commence on or around September 13, 1999, and becompleted by October 29, 1999. Place of Delivery: Stockpiled at locations in the Veterans Lake area and/or drop spread along roads in the Veterans Lake area of Chickasaw National Recreation Area, Sulphur, Oklahoma. FOB Destination. Contractors are encouraged to visit the site of delivery by arranging access with Rosalind Jones 580/622-3161 ext. 204. Quote schedule pricing shall be provided on plain bond paper with company identification clearly visible. 5,300 TON of 1-1/2" minus granite crusher run at $_______ per ton. Quantity is estimated. Award will be made on the basis of low quote. Provisions at 52.212-1 Instructions to Offerors- Commercial Items (excluding paragraph h, Multiple Awards and substituting the following paragraph h, Single Award. The Government contemplates a single award of all items). A completed copy of the provision at 52.212-3, Offeror's Representations and Certifications Commercial Items, is required as part of the quote submission. Offerors may request a copy of this clause to be faxed to them. The following clauses apply to this acquisition and are incorporated by reference: 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; 52.222-3 Convict Labor; 52-233-3 Protest after Award; 52.203-3 Gratuities; 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; 52.211-5 Materials Requirements; 52.219-14 Limitation on Subcontracting; 52.222-20 Walsh Healey Public Contracts Act; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Special Disable and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act Supplies; 52.225-9 Buy American Act -- Trade Agreements Act Balance of Payment Program; 52.225-18 European Union Sanction for End Products; 52.225-21 Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program; 52.233-1 Disputes; 52.232-1 Payments; 52.232-8 Discount for Prompt Payment; 52.232-25 Prompt Payment; 52.239-1 Privacy or Security Safeguards; 52.232-34 Payment by Electronic Funds Transfer Other than Central Contractor Registration; 52.243-1 Changes Fixed Price; F.O. B. Destination; 52.279-1 Termination for Convenience of the Government; 1452.228-70 Liability Insurance, Dept. of the Interior; Internet address for Federal Acquisition Regulation Clauses: http://www.arnet.gov/far. All responsible sources may submit a quotation which shall be considered by the agency. Quotes are due 4:00 p.m., Central Daylight Time, August 18, 1999. Offers must be submitted to the Contracting Officer, Chickasaw National Recreation Area, P.O. Box 201, Sulphur, Oklahoma 73086. Quotations may be faxed to 580/622-2296; however, contractors will do so at their risk and bear full responsibility to ensure timely and legible receipt of their quote. The Government will not guarantee the receipt capability of its fax machine. Quotations must include signed completed bid schedule and completed Representations and Certifications-Commercial Items. By responding to this solicitation, bidders automatically give permission to release information submitted to the public. For additional information, you may contact Rosalind Jones at 580/622-3161 ext. 204. Posted 07/29/99 (W-SN360853). (0210)

Loren Data Corp. http://www.ld.com (SYN# 0322 19990802\56-0001.SOL)


56 - Construction and Building Materials Index Page