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