Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 24, 2011 FBO #3591
SOLICITATION NOTICE

56 -- Supply and Deliver 1-1/4" Minus Gravel, Free of Noxious Weeds and Seeds, Complying with WSDOT Specification, for Delivery Only (NPS will stockpile as deliveries aremade) to the Sol Duc Maintenance Boneyard within Olympic National Park, WA.

Notice Date
9/22/2011
 
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
P11PS23608
 
Archive Date
9/21/2012
 
Point of Contact
Phaedra Fuller Contract Specialist 3605653009 phaedra_fuller@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 2005-53. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.acquisition.gov/far. The solicitation number is P11PS23608, and the solicitation is issued as a Request for Quotation. The NAICS code is 212321 with an associated small business size standard of 500 employees. This solicitation is a 100% total small business set-aside, and will result in a firm fixed price contract to a single vendor determined to be responsive and responsible. The Government will consider past performance in determining responsibility. DESCRIPTION: The National Park Service, Olympic National Park, has a requirement for a vendor to supply and deliver 1-1/4" minus crushed rock base course used for gravel road construction projects. Delivery includes vendor dumping material only - the NPS will for its own stockpile. SPECIFICATIONS: 1-1/4" minus crushed rock base course 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. Crushed rock base course shall be free of noxious weeds and seeds. GRADATION: The rock shall conform to the gradation requirements listed below that meet WSDOT specifications for 1 " Minus Crushed Rock, section 9-03.9(3), CRUSHED SURFACING. Square Mesh Sieve / Percentage Passing by Weight: 1 inch / 100%. 5/8 inch / 50-80%. inch / 30-50%. #40 / 3-18%. #200 / 0-7.5%. QUALITY CONTROL: (a) Material source must be specified on quote. Vendor will be required to furnish testing samples of aggregate upon request. Quarries or material sources will be required to be pass inspection by the NPS botanist. No changes in the grade of crushed rock material during the life of the contract will be permitted without notification of the Contracting Officer for approval. (b) Vendor shall weigh all rock delivered using a certified scale. Weight tickets will be provided to NPS employee (receiving official) at the delivery site for each delivered load. The receiving official will sign the weight ticket, of which a copy shall be presented to the receiving official and separate copy retained by vendor's operators as a record of delivery. If there is no NPS receiving official at time of delivery, the driver shall retain the weight ticket and present it to the NPS (via fax or email) at the first opportunity. (c) 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. (d) If washed rock is supplied, it shall be stockpiled by the producer or supplier until dry before it is loaded, weighed and delivered. (e) Any overly segregated material or gap graded material will be rejected and removed from the site at the Vendor's sole expense, or, the load may be accepted at a reduced tonnage as determined by the contracting officer. DELIVERY REQUIREMENTS: Vendor will not be required to handle rock at the delivery site. NPS will form its own stockpile. All traffic, driver, and vehicle laws and regulations are the responsibility of the Vendor. Delivery shall not be made when raining at any point along the delivery route. Delivery shall be made using a truck that can accommodate delivery location specified. DELIVERY SCHEDULE: Material must be delivered between 9 am and 4 pm, Monday through Thursday. No deliveries off hour or off day will be accepted. Vendor shall schedule deliveries in advance, by contacting Ed Travis, Roads Supervisor, at office phone number 360-565-3175 or cell phone number 360-912-2771 or send email to Dwayne_Travis@nps.gov. Vendor will have through November 15, 2011 to deliver entire quantity awarded. PRICE SCHEDULE: The unit of measure shall be in tons. Vendor shall not change the unit of measure during performance of the contract. The unit price shall include all elements necessary to deliver to the site including but not limited to, production, testing, loading, and delivery. The government will award approximately $45,000 worth of material to the vendor quoting the lowest unit price per ton. The award amount stated above is based on available funds and is not the same as the government estimate. Vendor shall provide a price as follows, for line item #0001: 1-1/4" minus crushed rock base course at the unit price of $__________ per ton for __________ tons = $ __________ total price, delivered. For all deliveries, the contractor shall supply copies of weight/quarry tickets showing the type of material, quantity, delivery date, and contract number. Weight ticket numbers and corresponding prices shall be referenced on invoices. CLAUSES & PROVISIONS: 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. The Government will award a contract resulting from this solicitation to the responsible Offeror whose quote conforming to the solicitation will be most advantageous to the Government, on the basis of lowest unit price, considering price and past performance. The government has a limited a maximum amount of funds available for this acquisition, and will award approximately $45,000 worth of material to the vendor quoting the lowest unit price per ton. Vendors should note that the amount of funds available is not the same as the government estimate. The government reserves the right to make award without discussions. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its quote, or be actively registered at the Online Certifications and Representations Application (ORCA) on-line database. Active registration means the "certification validity" must not be expired or pending certification. ORCA can be accessed on-line at http://orca.bpn.gov. Offerors must also be actively registered at the Central Contractor Registration (CCR) on-line database in accordance with the clause at 52.204-07. Active registration in CCR means the "current registration status" must not be expired or pending certification. CCR can be accessed on-line at http://www.ccr.gov. The clauses at 52.212-4 Contract Terms and Conditions-Commercial Items, applies 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: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-06 Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 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; 52.222-26 Equal Opportunity; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-01 Buy American Act - Supplies; 52.225-03 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at 52.247-34, F.o.b. Destination, applies to this acquisition. ANY QUESTIONS REGARDING THIS SOLICITATION MUST BE SUBMITTED IN WRITING (fax or email) to the attention of Phaedra Fuller, Contracting Officer at fax number 360-565-3015 or email at Phaedra_Fuller@nps.gov. Include cover page with fax that references the solicitation number, or if sending question by email the subject line of the email shall reference the solicitation number. SUBMITTING QUOTE: Quotations must be received at Olympic National Park no later than Wednesday, September 22, 2011 at 5:00 p.m., Pacific Daylight Time. SUBMIT QUOTATIONS BY FAX OR EMAIL. Email to: Phaedra_Fuller@nps.gov. Emailed quotes shall state "P11PS83608/QUOTE" in the subject line of the email. Fax to: Attention Phaedra Fuller at 360-565-3015, including a cover page with fax that references the solicitation number. The point of contact for this solicitation is: Phaedra Fuller, Contract Specialist, Olympic National Park, telephone: 360-565-3009. The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS23608/listing.html)
 
Place of Performance
Address: Olympic National Park, Sol Duc 'Boneyard' off of Sol Duc Road, Clallam County, WA. From U.S. Highway 101, turn onto Sol Duc Road, and the Boneyard is approximately 3miles on left hand side.
Zip Code: 98362
 
Record
SN02589698-W 20110924/110923001356-70d6150c739a715b3f21f20e629ec6af (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.