SOLICITATION NOTICE
99 -- Crushed Stone Aggregate
- Notice Date
- 7/29/2010
- Notice Type
- Presolicitation
- Contracting Office
- NER - ACAD Acadia National Park P. O. Box 177 Bar Harbor ME 04609
- ZIP Code
- 04609
- Solicitation Number
- Q1700100638
- Response Due
- 8/31/2010
- Archive Date
- 7/29/2011
- Point of Contact
- Linda McFarland Contracting Officer 2072888713 Linda_McFarland@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
- Q1700100638. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation which will be issued. Any amendments, if necessary, will be posted on this website. This is solicitation number Q1700100638 and is issued as a Request for Quotation. This procurement is set aside for small size business concerns. NAICS code 212321, Construction Sand and Gravel Mining. Size Standard: 500 employees The following are the material specifications for which proposals are requested: Crushed Aggregate Surface Course Material (half inch minus)Line Item 1.Base Bid, Crushed aggregate surface course material (half inch minus)500 tons$____________ $____________ 2.Option One, Crushed aggregate surface course material (half inch minus) 2,000 tons FAR 52.217-6 Option for Increased Quantity (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 90 days of award. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. FAR 211-16 (a) 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 allowanced in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) below.(b) The permissible variation shall be limited to: 10 percent increase 5 percent decreaseThis increase or decrease shall apply to all items. CRUSHED STONE AGGREGATE General: 1.Provide crushed stone aggregate surface course material ("half inch minus") in accordance with specifications below. Materials shall be delivered to Acadia National Park, Bar Harbor, Maine. Notice to Proceed will be issued upon receipt of certified test results and Certificate of Compliance. 2.Delivery location: Deliver to main park stockpile located on Liscomb Pit road off Route233, Bar Harbor, Maine. 3.Deliveries. Deliver all material within 90 days of approval of test results. Deliveries shall be completed before December 31, 2010. Testing and Quality Control: 4.Within 10 days of award, Contractor shall submit test results from a certified testing laboratory and a Certificate of Compliance. Failure to submit test results meeting specifications and Certificate of Compliance within 30 days will result in termination of contract and award will be made to next lowest bidder. 5.In addition to initial testing, Contractor shall perform additional gradation tests and furnish results as materials are processed and/or delivered. Frequency of additional testing shall be 1 test per 500 cubic yards. If source of materials should change after completion of original test, a complete set of tests, as required above, shall be performed again. 6.Government reserves the right to conduct quality control inspection and testing to determine the reliability of the test results and Certificate of Compliance. Materials delivered that do not comply with the specifications and/or certifications shall be removed from the site at no cost to the Government. Crushed Stone Aggregate Surface Course Material (Half Inch Minus) 7.Aggregate shall consist of hard, durable particles or fragments of crushed stone or gravel conforming to the following requirements and gradations: Los Angles abrasion, ASTM C 131 and C 535.............. 50% max.*Fractured faces (one face)................................................ 95% min.*Fracture faces (two faces)................................................ 75% min.*Soundness loss, 5 cycles, ASTM C 88 (magnesium)..... 18% max.*Flat/Elongated (length to width >5 ASTM D4791......... 15% max.* * Based on the portion retained on the 3/8" sieve 8.Materials shall be free from organic material and lumps or balls of clay. 9.Material passing the No. 4 sieve shall consist of natural or crushed sand and fine mineral particles. The material including any blended filler, shall have a plasticity index of not more than 6 and a liquid limit of not more than 25 when tested in accordance with ASTM D4318. 10.Aggregate shall contain a minimum of 5% clay particles by no more than 50% of that portion of material passing the No. 200 sieve size shall be clay. Inorganic clay to be used as binder shall conform to the following: Passing No. 200........................ 75%Liquid Limit.......................... 30 min.Plastic Index............................ 8 min. 11.The fraction of material passing the No. 200 sieve size shall be determined by washing as indicated in ASTM D1140, "Amount of Material in Soils Finer Than the No. 200 Sieve." The fractured faces for the coarse aggregate portion (retained on the No. 4 Sieve) shall have an area of each face equal to at least 75% of the smallest midsectional area of the piece. When two fractured faces are contiguous, the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. Fractured faces shall be obtained by mechanical crushing. 12.Gradation shall be obtained by crushing, screening, and blending processes as may be necessary. Material shall meet following screen analysis requirements by weight. Sieve DesignationPercent Passing1/2"100%3/8"90-100%No. 460-81%No. 844-60%No. 4020-33%No. 20010-16% Measurement and Payment: 13. Payment shall be made at the unit price per ton based on certified weight tickets. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Award shall be made to the responsible offeror with the lowest quote whose products meets all specifications. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with the offer (available at www.acquisition.gov/far/). The clause at 52.212-4 Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition including the following additional FAR clauses which apply to this acquisition: 52.202-1, Definitions; 52.204-6, Data Universal Numbering System (DUNS) Number; 52.204-7, Central Contractor Registration; 52.211-17, Delivery of Excess Quantities; 52.219-06, Notice of Total Small Business Set-Aside; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act - Supplies; 52.225-18, Place of Manufacture; 52.232-1 Payments; 52.232-8, Discounts for Prompt Payment; 52.232-11, Extras; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; and 52.232-36, Payment by Third Party; 52.233-1, Disputes; 52.233-2, Service of Protest; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.243-1 Changes - Fixed Price; 52-246-02, Inspection of Supplies-Fixed Price; 52.249-1 Termination for the Convenience of the Government (Fixed-Price) (Short Form) Executive Order 13513 Prohibition on Text Messaging and Using Electronic Equipment Supplied by the Government while Driving (Oct, 2009). This Executive Order introduces a Federal Government-wide Prohibition on the use of text messaging while driving on official business or while using Government-supplied equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on the behalf of the government.Hard copy offers only will be accepted for this solicitation (no fax or electronic offers will be accepted) and are due at Acadia National Park by 4:30 p.m. EST on August 31, 2010. Mailed offers shall be sent to Contract Specialist, Acadia National Park, P. O. Box 177, Bar Harbor, Maine 04609. Hand carried offers or offers delivered by courier should be addressed to Contract Specialist, Acadia National Park, Route 233, McFarland Hill, Bar Harbor, Maine 04609; Offers must be signed by authorized company official and include name, address, POC information for the offeror and price of base item. Offers must also include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (available at www.acquisition.gov/far/). Contact Linda McFarland, Contracting Officer, linda_mcfarland@nps.gov with questions concerning solicitation terms and conditions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1700100638/listing.html)
- Place of Performance
- Address: Acadia National Park, Bar Harbor, Maine 04609
- Zip Code: 04609
- Zip Code: 04609
- Record
- SN02221788-W 20100731/100729234939-bdf33ecb5908afbb469a4823455b8fb2 (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 |