Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2002 FBO #0244
SOLICITATION NOTICE

56 -- Libby Asbestos Project - Modified Class II Riprap Material

Notice Date
8/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRS57-02-Q-80139
 
Response Due
8/8/2002
 
Point of Contact
Point of Contact - Carolyn Lovett, Contract Specialist, (617) 494-2025
 
E-Mail Address
Email your questions to Contract Specialist
(lovett@volpe.dot.gov)
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted in accordance with Federal Acquisition Regulation Subpart 13.5 ? Test Program for Certain Commercial Items. The Contracting Officer is utilizing policies and procedures prescribed in Part 12, Acquisition of Commercial Items, Part 13.5 - Test Program for Certain Commercial Items and Part 13 - Simplified Acquisition Procedures. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is DTRS57-02 Q-80139 and is issued as a Reques t for Quotation (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 2001-08. This solicitation is a HUBZone Small Business Concern Set-Aside in accordance with FAR 19.13. The North American Industry Classification Systems Code is 212319 and the Small Business size standard is 500 employees. All Offerors shall be certified as a HUBZone Small Business Concern by the Small Business Administration. The Government intends to purchase on a firm fixed-price basis. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA has a requirement for assisting the U. S. Environmental Protection Agency with the Libby Asbestos Project. As part of this project, the Volpe Cente r will conduct site remediation activities at the former W. R. Grace Screening Facility (herein referred to as the Railroad Loading Facility) in the City of Libby, Lincoln County, Montana. The Volpe Center has a requirement for Modified Class II Riprap to be used as part of site remediation and restoration of Rainy Creek and the Kootenai River Bank, located on the Railroad Loading Facility in the City of Libby, Lincoln County, Montana. The quantities listed below include a base amount with option for additional amounts depending upon the Government?s need. There is no guarantee that the Government will order the option item. The Department of the Army, Seattle District, Corps of Engineers has granted the United States Environmental Protection Agency/Department of Transportation/Researc h and Special Program Administration/Volpe Center (EPA/DOT) a permit for removal of 1500 tons of Riprap without cost or expense to EPA/DOT. For this solicitation Offerors are granted access to the above source for removal of the Modified Class II Riprap at no cost. Permission is granted to Offerors for this procurement with the terms and conditions of Permit No. DACW67-4-01-190. This permit identified as (attachment 1) may be accessed using the Volpe Center Acquisition Division homepage at http://www.volpe.dot.gov/procure/index.html. The point of contract for the use of this source is Mr. Charlie Comer, USACE/Libby Dam Project Office/On-Site Coordinator; Telephone no. (406) 293-7751 Ext. 213. For use of this source, Offerors are required to contact Mr. Comer (between August 1 thru 7, 2002) who will provide a copy of the terms and conditions of the Permit and a site tour. If this source is used, the Offerors shall propose the cost for the removal and delivery of the Riprap only, since the Corp of Engineers are permitting the use of this source at no cost. Offerors may utilize this source however, it is not a mandatory requirement of the Government that Offerors use this source. Offerors shall include in their proposal the source they used to obtain the Modified Class II Riprap. Specifications for Riprap are as follows: Riprap shall conform to a Modified Class II Riprap from the Montana Department of Transportation Standard Specifications for Road and Bridge Construction (1995 Edition), Section 701.06, that shall be graded within the following limits: (1) Weight o f Stone - 900 lb (409 kg), Equivalent Spherical Diameter - 2.20 ft (670 mm) and Percent of Total Weight that must be smaller than given size - 100; (2) Weight of Stone - 700 lb (318 kg), Equivalent Spherical Diameter - 2.00 ft (610 mm) and Percent of Total Weight that must be smaller than given size - 85-90; (3) Weight of Stone - 500 lb (227 kg), Equivalent Spherical Diameter - 1.79 ft (545 mm) and Percent of Total Weight that must be smaller than given size - 60-80; (4) Weight of Stone - 200 lb (91 kg), Equivalent Spherical Diameter - 1.32 ft (400 mm) and Percent of Total Weight that must be smaller than given size - 30-50; (5) Weight of Stone - 20 lb (9.0 kg), Equivalent Spherical Diameter 0.61 ft (190 mm) and Percent of Total Weight that must be smaller than given size - 0-10. The Offeror shall deliver the Modified Class II Riprap to the Railroad Loading Facility. Offerors shall provide all the necessary equipment, material and labor to provide the Modified Class II Riprap. All trucks must abide by all Federal and State DOT regulations as well as County and local regulations. The Modified Class II Riprap (base amount plus options) shall be available from date of award through November 28, 2002. The Government may not require, however the Contractor shall have the capability of providing Modified Class II Riprap up to six days per week (Monday through Saturday) excluding September 2, 2002 and November 28, 2002. Currently the work schedule is 5 days per week, but if deemed necessary by the Government, the work schedule may be increased to 6 days per week. The Government shall provide the Contractor a 1-week notification of a change in the work schedule. The Government shall provide a 24-hours notification to the Contractor prior to the delivery start date of the Modified Class II Riprap. The Government shall have the right to inspect the Modified Class II Riprap upon loading at the pit and/or delivery to the site and to reject non-conforming loads. Manifesting/Record Keeping - the contractor shall provide certified scales to be placed at the Pit where each truckload of Modified Class II Riprap delivered shall be weighed and a weight ticket printed out for measurement and payment of Modified Class II Riprap. Weigh tickets shall be provided to the on-site Government Representative for each truckload delivered and given to the on-site repres entative at the time of delivery. The Government will make monthly payments based upon the one-month period of sequentially numbered truck tickets provided to the on-site Government Representative. Proposals are due on August 08, 2002 by 2:00 PM EDT. Proposals will be accepted from vendors who offer on items below provided their material meets the Modified Class II Riprap specifications listed above and is available during the stated period. An award will be made on line items based upon best value to the Government, and the evaluation factors listed in FAR clause 52.212-2 below. Offerors shall provide price proposals to include the following line items: Item 0001? Modified Class II Riprap, Delivered ? 700 tons - Unit Price $________, per ton, Total for Item 0001 $______; Item 0001A A-Option 1 - Modified Class II Riprap Delivered 800 tons - Unit Price $_________, per ton, Total for Item 0001AA $ ________. Total Price for CLIN?s 0001 and 0001AA $_________________. Delivery/Site Location: Delivery shall be FOB destination for all Items to: The Railroad Loading Facility, in Libby in Lincoln County, Montana. The Railroad Loading Facility is accessible by Montana Highway 37 and is located approximately 5 miles from downtown Libby. The provision at 52.212-1, Instructions to Offerors ? Commercial Items, is hereby incorporated by reference. Under FAR 52.212-2, Evaluation ? Commercial Items: Evaluation factors are: (1) price; and (2) availability. The Government will make an award resulting from this solicitation to the responsible offeror whose offer conforming to t he solicitation will be most advantageous to the Government, price and availability. All Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items with their proposal. The clauses at FAR 52-219-3 - Notice of Total HubZone Set-Aside and FAR 52-212-4 - Contract Terms and Conditions?Commercial Items are incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, applies to this acquisition; additional clauses cited in FAR 52.212-5 that apply to this acquisition are: 52.203-6; 52.219-3; 52.219-14; 52.222-21, 52.222-26; 52.222-35; 52.222-36; 52-222-37; 52.225-1 and 52.232-33. Two copies of each offer shall be delivered to the U.S. Department of Transp ortation, Volpe Center, 55 Broadway, Kendall Square, Cambridge, MA 02142, ATTN: Carolyn F. Lovett, DTS-852, Building 4, Room 2102, no later than 2:00P.M. EDT on August 08, 2002. The package must be marked RFP: DTRS57-02-Q-80139. Proposals may be faxed to ATTN: Carolyn F. Lovett at (617) 494-2025. The Contracting Officer for this procurement is Carolyn F. Lovett, Lovett@volpe.dot.gov. Any document(s) related to this procurement will be available on the Internet, these documents will be available on a WWW server which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Division home page is: http://www.volpe.dot.gov/procure/index.html.
 
Web Link
Volpe Center Acquisition Division home page
(http://www.volpe.dot.gov/procure/index.html)
 
Record
SN00130293-W 20020803/020801213357 (fbodaily.com)
 
Source
FedBizOpps.gov 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.