Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2011 FBO #3423
SOLICITATION NOTICE

56 -- The National Park Service, Olympic National Park (OLYM) has a requirement for a single contractor to supply an estimated 750 tons of 1/4" minus sanding material (3/8" minus screening of fractured rock).

Notice Date
4/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - OLYM - Olympic National Park 600 East Park Avenue Port Angeles WA 98362
 
ZIP Code
98362
 
Solicitation Number
P11PS00223
 
Response Due
4/29/2011
 
Archive Date
4/6/2012
 
Point of Contact
Edward V. McKee Contract Specialist 3605653025 ed_mcKee@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The solicitation number is P11PS00223, and the solicitation is issued as a request for quotation (RFQ). The NAICS code is 212322 with an associated small business size standard of 500 employees. This solicitation is a small business set-aside. This solicitation will result in an award of a firm, fixed-price contract. The National Park Service, Olympic National Park (OLYM) has a requirement for a single contractor to supply an estimated 750 tons of 1/4" minus sanding material (3/8" minus screening of fractured rock). DELIVERY: Deliveries will be made as follows until full quantity of purchase is obtained:Sand Stockyard behind Maintenance Building in HQ area, 600 East Park Avenue, Port AngelesVendor will weigh all sand delivered using a certified scale. Weight tickets will be provided to the COR at the delivery site for each delivered load. The receiving official will sign a load acceptance to be maintained by the operators as a record of delivery. Vendor will not be required to handle sand at the delivery site. All traffic, driver and vehicle laws and regulations are the responsibility of the Vendor. Delivery shall be made using a solo truck without trailer to accommodate delivery locations. A "slider" bed may be used if the operator is willing to park the trailer off site. Material must be delivered between 9 am and 4 pm, Monday through Thursday, at the delivery site. No deliveries off hour or off day will be accepted. PRICE SCHEDULE: unit price of $__________ per ton, (estimating 750 tons). The government shall only pay for actual quantities received and accepted. SPECIFICATIONS: (1) SCOPE: This specification applies to Fine Aggregate Sand for snow and ice control. (2) DESCRIPTION: Fine aggregate sand shall consist of clean, hard durable fractured rock and shall be free from lumps of clay, soft or flaky material, loam or other detrimental material and also free of noxious weeds / seeds. Sanding material shall not contain more than 2% of material finer than the #200 sieve, using AASHTO Method T11.. (3) GRADATION: The sand shall conform to the following graduation requirements:Square Mesh Sieve, size 1/2" = 100% Passing By Weight; Square Mesh Sieve, size 3/8" = 100% Passing By Weight; Square Mesh Sieve, size #4 = 57-100% Passing By Weight; Square Mesh Sieve, size #10 = 40 - 100% Passing By Weight; Square Mesh Sieve, size #50 = 3 - 30% Passing By WeightSquare Mesh Sieve, size #100 = 0 - 4% Passing By Weight; Square Mesh Sieve, size #200 = 0 - 2.0% Passing By Weight. (4) QUALITY CONTROL (PRE-AWARD): In no case shall sand be accepted that contains detrimental material. Source of supply must be specified on quote, and approved by the Roads Maintenance Supervisor. Vendor shall submit a 10 lb. sample of material to the Contracting Officer upon receiving notice of award. The sample will be inspected by the Roads Maintenance Supervisor, and upon his acceptance, the contract will be issued. (5) QUALITY CONTROL (POST-AWARD): Material shall be delivered dry. Loads with visibly wet material will not be accepted. If wet loads are identified after dumping, at the option of the Contracting Officer, the load will be rejected and removed from the site at the contractor's sole expense OR the load may be accepted at a reduced tonnage as determined by the Contracting Officer. If washed sand is supplied, it shall be stockpiled by the producer or supplier until dry and before it is loaded, weighed and delivered. Delivery shall not be made when raining at any point along the delivery route. Vendor may be required to furnish testing samples of aggregate upon request by the Contracting Officer. Vendor shall notify the Contracting Officer in advance of any changes in the grade of material during the life of the contract, and the Contracting Officer shall approve of all changes prior to government acceptance of changed material. CLAUSES: The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. Award will be made on the basis of best value. The government reserves the right to make award without discussions. Quoters must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items, with its offer, or be electronically registered at the Online Representations and Certifications Application (ORCA) website. The ORCA website address is http://orca.bpn.gov. The clauses at 52.212-4, Contract Terms and Conditions - Commercial Items, apply to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses: 52.219-06 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation; 52.222-03 Convict Labor; 52.222-19 Child labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 52.222-26, Equal Opportunity; 52.225-01 Buy American Act - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. Clauses and provisions incorporated by reference in this solicitation can be accessed on-line in full text at the following websites: htt://www.arnet.gov/far or http://www.ios.doi.gov/pam/aindex.html. All quoters must be registered in the Central Contractor Registration (CCR) database. The CCR website is http://www.ccr.gov. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. Quotations must be received no later than Friday, April 29, 2011, 4:00 p.m., Pacific Daylight Time. Submit quotations to the attention of the Contracting Officer, Olympic National Park, 600 E. Park Avenue, Port Angeles WA 98362 or send by facsimile to (360) 565-3018. The point of contact for this solicitation is: Ed McKee, Contract Specialist, Olympic National Park, telephone: 360-565-3025, email: Ed_McKee@nps.gov, fax: 360-565-3018. The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS00223/listing.html)
 
Place of Performance
Address: Olympic National ParkSand Stockyard600 E. Park AvePort Angeles, WA
Zip Code: 983626757
 
Record
SN02419078-W 20110409/110407234122-08e556c44b0bad5c88d6e7d42aa7e2ee (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 |
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.