Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2002 FBO #0312
SOLICITATION NOTICE

56 -- Libby Asbestos Project - Clean Topsoil

Notice Date
10/8/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
55 Broadway; Cambridge, MA 02142
 
ZIP Code
02142
 
Solicitation Number
DTRS57-02-R-20035
 
Archive Date
11/13/2002
 
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-20035 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 Total 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 topsoil in Libby, Montana. The clean topsoil will be used as part of site remediation and restoration in the City of Libby, Li ncoln County, Montana. This contract will be an indefinite delivery indefinite quantity type contract with a minimum order amount of 3,000 cubic yards. The maximum order quantity will be 8,000 cubic yards. There is no guarantee that the remaining 5,000 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 exact location of the topsoil source with their proposal. Specifications for Clean Topsoil delivered are as follows: Clean Topsoil shall conform to Montana Public Works Standard Specifications Section 02910. Topsoil shall be loose, friable, loamy soil, free of excess acid and alkali, contain not less than 2% nor more than 20% organic matter as determined by the loss of ignition of oven dried samples (Reference ASTM D-2974) method. Topsoil shall not contain pieces of sod, hard lumps, gravel sub-soil or other undesirable material that would form a poor seedbed. Specification for specific parameters are listed as follows: Parameter: Organic Matter, Specification: 2% - 20%; Particle Size: sand: 20-60%; clay: 5%-25%; silt 30%-60%; Coarse Fragment Content: Less than 35%; Textural Class: loamy soil only (i.e., loam, and some types of sandy loams, or silty loams; Electrical Conductivity (EC): Less than 4 mmhos/cm; Nutrients: Nitrogen > than 10 mg/kg; Phosphorus: > 5 mg/kg; Potassium: > 100 mg/kg; Sodium Adsorption Ratio (SAR): < 12; Cation Exchange Capacity : 10-25 ,meq/100g. Prior to award, the topsoil will be tested by the Government to determine if the topsoil meets state and federal regulations as clean topsoil for commercial and residential properties. The topsoil will be tested by the Government for the parameters listed above. The Government will also conduct a visual inspection of the source of topsoil to ensure topsoil has a healthy growth of crops, grass or other desirable vegetation. The clean topsoil shall be capable of producing and maintaining natural vegetation. In addition, before stripping topsoil, the contractor shall ensure that it has healthy growth of crops, grass or other desirable vegetation. The contractor shall deliver topsoil to the site as indicated below and as described in Delivery Orders issued by the Contractin g Officer. All trucks must abide by all Federal and State DOT regulations as well as local regulations. All truckloads must contain topsoil that are conforming, homogenous loads. The contractor shall provide topsoil up to six days per week (Monday through Saturday) excluding November 27, 2002 through December 1, 2002, no topsoil will be ordered on Sundays. The period of performance of the contract is date of award through December 31, 2002. Due to inclement weather, the contractor may need to be shut down for the winter; prior to 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 3,000 cubic yards of clean topsoil per day. Manifesting/Record Keeping - The contractor shall provide receipts for each truckload of clean topsoil. The receipts shall be provided to the Volpe Center on-site representative upon delivery of each truckload. The Government will reject any topsoil that does not meet the specification of the contract. Government inspection may take place at either the topsoil source or upon delivery to the site. Proposals are due on October 15, 2002 by 2:00 PM EDT. Proposals will be accepted from HubZone certified Offerors only who can provide the full maximum quantity. Offerors shall sign their proposal and also shall submit a copy of the HubZone certification with their proposal. A faxed copy will be accepted by the due date. Each offeror shall provide an original proposal to the address listed below within 4 days after the 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 Topsoil Delivered 3,000 cubic yards, contract minimum - Unit Price $________, per cubic yard, Total for Item 0001 $______; Item 0002 - Clean Topsoil Delivered 5,000 cubic yards, Unit Price $________, per cubic yard, Total for Item 0002 $_________. The contract minimum order quantity is 3,000 cubic yards. The remaining 5,000 cubic yards is not guaranteed. Orders will be issued by the Contracting Officer through delivery orders. Orders will be no less than 500 cubic yards each. Delivery/Site Location: Delivery shall be FOB destination for all Items to: The vendor shall deliver the topsoil to the Railroad Loading Facility and/or the Flyway Property. Both sites are located in Libby, Montana. Libby, MT 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 Loading 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) acceptable soil test resul ts. 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 factor(s) considered. The Government reserves the right to award a contract without discussions. 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 Statu tes 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 delivered 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 October 15, 2002. The package must be marked RFP: DTRS57-02-R-20035. 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
SN00184359-W 20021010/021008213227 (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.