Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2002 FBO #0292
SOLICITATION NOTICE

56 -- Libby Asbestos Project ? Clean Fill (Type 2)

Notice Date
9/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRS57-02-R-20033
 
Point of Contact
Point of Contact - Linda Byrne, Contracting Officer, (617) 494-2172
 
E-Mail Address
Email your questions to Contracting Officer
(byrne@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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 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 15, Contracting by Negotiation. The solicitation number is DTRS57-02-R-20033 and is issued as a Request for Propo sals (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 01-09. This solicitation is a HUBZone Small Business Concern Set-Aside in accordance with FAR 19.13. The North American Industry Classification Systems Code is 212399 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 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, to provide clean fill in Libby, Montana. The clean fill will be used as part of site remediation and restoration in the town of Libby, Lincoln County , Montana. This contract will be an indefinite delivery indefinite quantity type contract with a minimum order amount of 20,000 cubic yards. The maximum order quantity will be 40,000 cubic yards. There is no guarantee that the remaining 20,000 cubic yards will be ordered by the Government. The vendor shall provide a State of Montana Opencut Mining Permit with their offer by the due date. Offers submitted without a State of Montana Opencut Mining Permit will be considered non-responsive. The vendor shall provide the location of the fill source with their proposal. Prior to acceptance, the fill will be sampled by the Government to determine if the fill meets state and federal regulations as clean fill for commercial and residential properties. The Government shall have the right to inspect the fill upon loading at the pit and/or delivery to the site and to reject non-conforming, non-homogenous loads. Specifications for Clean Fill (Type 2) delivered are as follows: Type 2 Clean Fill shall be 3 inches minus with no more than 20 percent larger than the No. 10 sieve (2.00 mm). The remaining material, passing the No. 10 sieve shall be composed of 20-40% sand, 10-25% clay and 50-70% silt and be classified as a silt loam by the U.S. Department of Agriculture classification system. All trucks must abide by all Federal and State DOT regulations as well as County and Town regulations. The vendor shall have the capability of providing fill up to six days per week (Monday through Saturday) excluding November 27, 2002 through December 1, 2002, no fill will be ordered on Sundays. The period of performance of the contract is date of award through December 31, 2002. Currently, the work schedule is six days per week, but may be decreased to five days per week or less if deemed necessary by the Government. The Government will provide the contractor a one week notification of a change in work schedule. After the date of award, the contractor shall provide, within 72 hour notice, up to 3000 cubic yards of clean type 2 fill per day. Manifesting/Record Keeping - The contractor shall provide receipts for each truckload of clean fill. The receipts shall be provided to the Volpe Center on-site representative at the end of each workday. Proposals are due on September 25, 2002 by 2:00 PM EDT. Proposals will be accepted from hubzone certified offerors only who can provide the ful l maximum quantity. Offerors shall sign their proposal and also will submit a copy of the Hubzone certification with their proposal. Offerors shall also sign the SF 1449, Attachment 1 to this RFP and submit with their proposal. A faxed copy will be accepted by due date, but original shall be mailed to the address listed below within 3 days of due date. 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 ? Clean Fill (Type 2) Delivered 20,000 cubic yards, contract minimum - Unit Price $________, per cubic yard, Total for Item 0001 $______; Item 0002 - Clean Fill (Type 2) Delivered 20,000 cubic yards, Unit Price $____ ____, per cubic yard, Total for Item 0002 $_________. The contract minimum order quantity is 20,000 cubic yards. The remaining 20,000 cubic yards is not guaranteed. Orders will be issued by the Contracting Officer through delivery orders. Orders will be no less than 2,000 cubic yards each. Delivery/Site Location: Delivery shall be FOB destination for all Items to: The vendor shall deliver the fill to the Railroad Loading Facility and/or the Flyway property. The Railroad Loading Facility is located in Libby in Lincoln County, Montana. Libby is 25 miles east of Idaho and approximately 40 miles south of Canada. The Railroad Loading Facility is accessed by Montana Highway 37 and is located approximately 5 miles from downtown Libby. The Flyway property is located adjacent to the Railroad Lo ading Facility. 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; (2) fill test results. The evaluation factors are approximately of equal value; award will be made based upon the best value to the Government. The Government will make one award resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will sample and test the fill before awarding a contract to insure the fill meets the Government?s specifications. The Government reserves the right to award a contract without discussions. The Government res erves the right to order a substitute material and to reject any fill it deems unacceptable for use at the site. 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 to 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; 52.219-8; 52.219-14; 52.222-21, 52.222-26; 52.222-35; 52.222-36; 52-222-37 and 52.223-9, 52.232-34. Two copies of each offer shall be deliv ered to the U.S. Department of Transportation, Volpe Center, 55 Broadway, Kendall Square, Cambridge, MA 02142, ATTN: Linda J. Byrne, DTS-852, Building 4, Room 2102, no later than 2:00 P.M. Eastern Standard Time on September 25, 2002. The package must be marked RFP: DTRS57-02-R-20033. Proposals may be faxed to (617) 494-3024. The Contracting Officer for this procurement is Linda Byrne, Byrne@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
SN00169993-W 20020920/020918213305 (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.