SOLICITATION NOTICE
56 -- 3/8 inch Washed Chips
- Notice Date
- 5/9/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- IMR - YELL - Yellowstone National Park P. O. Box 168 Mammoth Hot Springs WY 82190
- ZIP Code
- 82190
- Solicitation Number
- Q1574075034
- Response Due
- 5/30/2007
- Archive Date
- 5/8/2008
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested for Quotation (RFQ) Q1574075034. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular FAC 2005-16, 22 Mar 07 and are available in full text through Internet access at http://www.arnet.gov/far. All responsible small business concerns may submit a quotation which shall be considered by the NPS. The North American Industry Classification System (NAICS) code is 212321 and the small business size standard is 500 employees. The following is a description of the requirements for this acquisition: DESCRIPTION: Yellowstone National Park Service has requirements for the following types of materials. Successful offeror shall deliver items to Norris Pit within Yellowstone National Park (YNP). The government contemplates award of a firm fixed price contract resulting from this solicitation. Vendor shall be responsible for coordination of exact dates and times of delivery with the NPS in advance. SPECIFICATIONS: Cover material shall meet the requirements of the following table of gradations as determined by Montana Specification MT-70 1, Table 701-12. Aggregate Gradation Table: Sieve Size Percent Passing by Weight 3/8" ------------------ 100% No. 4 ---------------- 9 - 50% No. 8 ---------------- 2 - 20% No. 200 ------------ 2% or less 1. The material shall be non-plastic as determined by Montana Specification MT-701. 2. The composite aggregate shall be washed free from adherent films of clay, vegetable matter, frozen lumps, or other extraneous matter that will prevent thorough coating with bituminous material. The aggregate shall be of such nature that the coating of bituminous material must remain adhered to the material upon contact with water. No combination of shale, clay, coal, or soft particles shall exceed 1.5%. 3. The material shall have a wear not to exceed 30% at 500 revolutions, as determined by Montana Specification MT-701. 4. A minimum of 50% by weight of the course aggregate for grade 5A must have at least one (1) machine fractured face. Coarse aggregate is defined as that portion of the aggregate retained in the No. 4 sieve. 5. The aggregate shall have a cleanness value of not less than 75 when tested in accordance with Montana Specification MT-70 1.0 1. 1. 6. Unless otherwise specified, the composite aggregate shall have a swell of not more than 8% in 8 days and shall show no cracking or disintegration when tested for volume swell and water absorption in accordance with Montana Specification MT-307. 7. Successful contractor shall supply results of test documents to NPS prior to commencement of delivery. MEASUREMENT AND PAYMENT: The contractor shall furnish weigh tickets from state certified scales for each delivery made. Payment will be made on actual quantities received. TESTING: The contractor shall have test samples submitted to the government for suitability evaluation at least two (2) weeks prior to the actual delivery or acceptance of the cover aggregate. VEGETATION MANAGEMENT: The control of noxious weeds shall be achieved through a weed management plan: All parties submitting quotes for sand and gravel must have a current weed management plan that has been approved by the local county weed board and Yellowstone National Park. All plans require one annual inspection by park staff during the growing season (June - August) prior to sale of material. Parties submitting bids must provide proof of the most recent weed inspection by Yellowstone National Park staff. The weed inspection will designate a pit in one of three rating categories: acceptable, conditionally acceptable, or unacceptable. Sand and gravel from a pit designated as unacceptable can be used if the material is heat treated to 300 degrees Fahrenheit and promptly transported from the quarry to the park or a pre-approved weed free storage area to prevent possible weed contamination. A list of weeds of concern can be obtained from Yellowstone National Park. The control of noxious weeds shall be achieved by one of the following methods: HAULING: All vehicles and equipment to be used in Yellowstone National Park shall be thoroughly pressure washed prior to arrival. Equipment shall be inspected at the appropriate park entrance station by a designated park employee and only clean equipment shall be permitted into the park. Particular attention must be shown to the under carriage and any surface where soil containing exotic weed seeds may exist. All loaded trucks and trailers shall be covered (tarped) when loaded. These efforts are critical to prevent the introduction and establishment of non-native plant species into the park. Equipment inspection will be scheduled by the maintenance office and take place at the park entrance stations. Inspection records shall be maintained by the park service. Equipment found operating in the park that has not been inspected shall be deadlined and subject to a citation. Copies of the referenced Montana Specifications may be obtained from the Montana Department of Highways, Highway Building, Helena, MT 59620. PRICING SUMMARY: (All Quotes FOB Destination) ITEM 0001: The contractor shall supply, transport, and deliver the 3/8 inch washed chips as described within this solicitation. The contractor shall adhere to all roadway use regulations for all roads between their facility and the delivery site. Description Quantity Unit Price Option Price Base Quote 2000 Tons $ ________ $ _________ Option 1 1000 Tons $ ________ $ _________ Delivery must be completed by 9/30/07 Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http://www.arnet.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; 52.212-2, EVALUATION-COMMERCIAL ITEMS - Evaluation factors include [a] price; [b] past performance supported by documentation and three references. Paragraph "a" of the provision is hereby replaced with the following: Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluations factors. The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating. The NPS will evaluate past performance based on, the Government's knowledge of quoter's past performance, and / or references obtained from any other source. 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, a completed copy of the provision at 52.213-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program with alternate 1; 52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration. Clause 52.211-16, Variation in Quantity A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. The permissible variation shall be limited to 10 Percent increase or 10 Percent decrease. This increase or decrease shall apply to the total quantity to be delivered. Clause 52.217-7, Option for Increased Quantity-Separately Priced Line Item. The Government may require the delivery of all, none or any combination of the numbered line items, identified in the Price Schedule as an option items, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option either at the time of award or by written notice to the Contractor a minimum of 10 days before the contract expires . Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. Clause 52.217-4, Evaluation of Options Exercised at Time of Contract Award. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award. Amendment Acknowledgement: Quoter shall note on the following line the amendments received: _______________________________________________________________________________ G) Quoter Information: Company Name: _______________________________________________________________________________ Address: _______________________________________________________________________________ Phone: _______________________________________________________________________________ Fax: _______________________________________________________________________________ e-mail: _______________________________________________________________________________ Name (print): ______________________________________________________________________________ Signature:______________________________________________________________________ QUOTES ARE DUE for this combined synopsis/solicitation on 05/30/2007 at 2:00 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Bldg 34, Yellowstone National Park WY 82190, ATTN Contracting Office: RFQ #Q1574075034. Facsimile Quotations are acceptable with all required documentation; no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, TIN Number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be manually signed by authorized company official. All questions regarding this solicitation should be faxed to Traudel L Haney, 307-344-2079. Email questions are acceptable to trudy_haney@nps.gov. END OF COMBINED SYNOPSIS SOLICITATION.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2503388)
- Place of Performance
- Address: Yellowstone, National Park, Wyoming
- Zip Code: 821900168
- Country: United States of America
- Zip Code: 821900168
- Record
- SN01290938-W 20070511/070509221838 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |