SOLICITATION NOTICE
Z -- Crushing of Wind-Row Rock on Unpaved Roads in Big Bend National Park, Texas
- Notice Date
- 3/10/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- IMR - CHIC - CHICKASAW NATIONAL RECREATION AREA Contracting1008 West 2nd StreetEmail- rosalind_sorrell@nps.gov Sulphur OK 73086
- ZIP Code
- 73086
- Solicitation Number
- Q7130100067
- Response Due
- 3/29/2010
- Archive Date
- 3/10/2011
- Point of Contact
- Rosalind G. Sorrell Contract Specialist 5806227204 rosalind_sorrell@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in 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 and a WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as Request for Quote (RFQ) No. Q7130100067. The FAR clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-38. FAR clauses and provisions are available through Internet access at https://www.acquisition.gov/FAR/. This solicitation is 100% small business set-aside. The North American Industry Classification System (NAICS) code is 237310. The small business size standard is gross annual sales less than $33.5 million. A firm fixed price contract will be awarded for these Commercial Items. This acquisition is for the crushing of existing wind-row rock materials on a total of 15.45 miles of unpaved roads in Big Bend National Park per the following specifications: The work includes all labor and equipment to perform the following: 1.Provide equipment with operator to crush wind-rows on existing 15.35 miles of unpaved park roads into 2" minus material. As rock crushing equipment moves over the wind-rows the crushed material is to be dropped back onto the road by equipment. There will be no hauling of materials. 2. Wind-rows will be moved to center of road by National Park Service (Park) staff, and wind-row piles will be no larger than 24" wide by 18" high. There will be no rocks larger than 12" in the windrows. See attached photographs showing a typical wind-row. 3.Wind-row materials consist of existing native materials currently wind-rowed/bermed along road edges. Roads contain a large portion of silica igneous rocks (volcanic rocks), such as granite, rhyolite, and basalt. Due to the abundance of these rock types in the vast alluvial deposits that are crossed by these roads, equipment used must have the capability of crushing these types of rocks. Please see attached geological assessment to determine appropriate equipment for with work. 4.Contractor will be responsible for transport of equipment to all road sites. 5.Park shall perform all grading/spreading of crushed material. Finish road profile is 20' width, 6-12" crown with ditch-line. 6.Roads will be closed to public during crushing operation. Contractor to provide one week advance notice. See attached park map. "Dagger Flats Auto Trail5.5 miles to crush (Road is 7.73 miles total length)"Grapevine Hills Road7.85 miles"Paint Gap Road2.0 miles (first 2.0 miles) Total:15.35 Miles Work shall be completed by June 15, 2010. Work shall occur between 7:00 a.m. and 7:00 p.m., Monday through Friday, unless prior approval is given by Contracting Officer. Contractor may utilize primitive campsites at K-Bar. NPS RESPONSIBILITY All wind-rows will be moved to the center of the road by Park staff. Park shall perform grading/spreading of crushed material. FAR 52.212-2, Evaluation-Commercial Items is applicable.The Government will award a contract 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 following factors shall be used to evaluate offers: RELVATIVE IMPORTANCE OF EVALUATION FACTORS: a)All evaluation factors other than price, when combined are greater than price. The Government may elect to accept other than the lowest proposal when the perceived benefits of a higher priced proposal merit the additional cost. b)Non-price factors are listed in descending order of performance. PRICE: A price evaluation will be performed to determine the reasonableness of the proposed price. Reasonableness will be determined considering other competitive prices received and comparison to the independent Government estimate. NON-PRICE FACTORS: 1.Past performance Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of Offeror's past performance, and /or references obtained from any other source. Offers are instructed to provide a list of 5 past contracts/projects that they consider similar in nature. The information Offerors provide on the form attached (Past Performance Questionnaire) will be utilized to evaluate Offeror's past performance. 2.Prior Experience / Technical Ability "Prior Experience" is differentiated from "Past Performance" in that it is factual, documented, information about specific work the offeror has performed, which demonstrates the offeror's technical ability to accomplish the work. When evaluating proposals, the Government shall consider the offeror's experience, within the past 5 years, completing projects:-Of similar size and scope-In crushing windrowed (loose) material-Consistency of product (consistently crushes to 2"minus material)-In geologically similar rock types-Appropriate & reliable equipment facilitates timely completion of work. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors wishing to respond to this RFQ should provide the office with the following: 1. Offeror schedule pricing shall be provided on plain bond paper with company identification clearly visible. Crush existing wind-row materials on existing park roads into 2 inch minus material according to above specifications:Qty. 15.35 miles @ unit price $_____ per mile = Total price $__________ Note: quantity is estimated and payment will be made on actual number of miles completed and accepted. 2. Offeror must furnish a history of past performance of work similar in nature with a minimum of 5 references listed with contact information including project name, project location, contact person name, address, and telephone number, fax number, email, project value, dates of work, and description of project. Offerors who do not provide past performance information will be considered non-responsive. 3. Offerer must furnish a history of prior experience/technical ability detailing factual, documented, information about specific work the offeror has performed, which demonstrates the offeror's technical ability including equipment to be utilized to accomplish the work. (See Non-Price Factor 2. Prior Experience/Technical Ability above.). Offerors who do not provide prior experience/technical ability information will be considered non-responsive. 4. Offeror must furnish company name, official point of contact name, DUNS number, TIN number, address, phone and fax number, email address. The following FAR provisions and clauses are applicable to this acquisition: These clauses can be accessed through the website https://www.acquisition.gov/FAR/ 52.212-1 Instruction to Offerors-Commercial Items52.212-2 Evaluation - Commercial Items52-212-3 Offeror Representations and Certifications - Commercial Item 52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Item 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 152.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.211-16 Variation in Quantity52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-6 Davis Bacon Act52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity 52.225-1 Buy American Act - Supplies; 52.225-13 Restrictions on Certain Foreign Purchases52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration52.233-4 Applicable Law for Breach of Contract Claim52.243-1 Changes - Fixed Price52.247-34 F.O.B. Destination Contractors are required to be registered in the Central Contract Registration (CCR) government system prior to award to be eligible for government contract - the link can be found at http://www.ccr.gov. Contractors are required to be provide representations and certifications online at https://orca.bpn.gov All questions for this solicitation must be either faxed to Rosalind Sorrell at 580/622-2296 or emailed to rosalind_sorrell@nps.gov. Offers are due 4 p.m. CST, on March 29, 2010, and may be sent by mail or email (no faxes). Mailing address: National Park Service, Chickasaw National Recreation Area, 1008 West 2nd Street, Sulphur, OK 73086. Email address: rosalind_sorrell@nps.gov All responsible sources may submit an offer which will be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q7130100067/listing.html)
- Place of Performance
- Address: Big Bend National Park, Texas
- Zip Code: 79834
- Zip Code: 79834
- Record
- SN02088016-W 20100312/100310234823-49363fdeb003192bb399665cd3b1a934 (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 |