Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2012 FBO #3847
SOLICITATION NOTICE

56 -- Furnish approximately 2,300 tons of 3/4 inch aggregate road base material.

Notice Date
6/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - REDW Redwood National and State Parks 1111 Second Street Crescent City CA 95531
 
ZIP Code
95531
 
Solicitation Number
E12PS14707
 
Response Due
6/11/2012
 
Archive Date
6/4/2013
 
Point of Contact
Lyn Giddings Purchasing Agent 7074657316 lyn_giddings@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 the acquisition of road-base rock, a commercial item, prepared in accordance with Federal Acquisition Regulation (FAR) subpart 1.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-29 of November 14, 2008. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation/Request for Quotations (RFQ) number is E12PS14707. The acquisition is reserved exclusively for small business concerns. The North American standard Industrial Classifications System code is 212319 and the size standard is 500 employees or less. This acquisition is to furnish approximately 2,300 tons of inch aggregate road-base rock. Pick up site for material must be at a location within 20 miles of Redwood National Park, North Operations Center located at 500 Aubell Lane in Crescent City, CA 95531. Material will be picked up as needed by NPS trucks or authorized representatives between June 18 and December 18,2012. Suppliers shall provide loader and operator during normal business hours Monday through Friday to load material and provide weight tickets with each load. If supplier is unable to provide loader and operator it must be specified on the quote, supplier must provide weight tickets for each load regardless. Sieve analysis shall be provided with submission of quote. Bidder shall provide access to material and material location for inspection by NPS personnel before award. Pick up site must be able to accommodate tractor trailer trucks. Base aggregate Specifications: Furnish hard, durable particles or fragments of crushed aggregate base conforming to the size and quality requirements for crushed aggregate material normally used locally in the construction and maintenance of highways by Federal agencies. Furnish crushed aggregate with a maximum size of inch as determined by AASHTO T 27 and T 11. Furnish crushed aggregate uniformly graded from coarse to fine and free of organic matter, lumps or balls of clay, and other deleterious matter. Aggregate must be derived from natural stone formations which has been mined or quarried; no recycled material or river run material will be accepted. Aggregate must conform to sections A and B below: (A) General. Furnish hard, durable particles or fragments of crushed stone conforming the following: Aggregate must conform to sections A and B below: (A) General. Furnish hard, durable particles or fragments of crushed stone conforming the following: (1) Los Angeles abrasion, AASHTO T 96 35-50%. (2) Sodium sulfate soundness loss (5 cycles),12% max. AASHTO T 104 (3) Durability index (coarse), AASHTO T 21035 min. (4) Durability index (fine), AASHTO T 21035 min. (5) Fractured faces, ASTM D 582175% min. (6) Free from organic matter and lumps or balls of clay Do not use material that breaks up when alternately frozen and thawed or wetted and dried. Obtain the aggregate gradation by crushing, screening, and blending processes as necessary. Fine aggregate, material passing the No. 4 sieve, shall consist of natural or crushed sand and fine mineral particles. (B) Subbase or base aggregate. In addition to (a) above, conform to the following: (1) GradationTable 1 (2) Liquid limit, AASHTO T 8925 max. INTERESTED PARTIES SHALL SUBMIT A QUOTATION BASED ON A UNIT PRICE PER TONNAGE. The Government reserves the right to adjust the total tonnage ordered based on availability of funding at the time of award. A breakdown of quantity discounts shall be provided with the quotation, if applicable. The following FAR provisions and clauses apply : 52.212-1, Instruction to Offerors-Commercial Items ; 52.212-3, Offer Representations and Certification-Commercial Items (to be completed and provided with quotation) ; 52.212.4, Contract Terms and Conditions-Commercial Items ; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (applicable are : (5) (i)-52-219-6 ; (16) -52.222-26 ; (17)-52.222-35;(18)-52.222-36; (19)-52.222.37 ; (21)-52.225-1 ; and (29)-52.232-33. Also invoked is (31)-52.232-36 as an optional alternative. Full text versions of all FAR references and clauses are available at http://www.arnet.gov/far. Submit quotations to the Attention of Lyn Giddings, Purchasing Agent and mail to Redwood National & State Park, 1111 Second Street, Crescent City, CA 95531 or send by facsimile to 707-464-5846. Quotations must be received no later than 3 :00 p.m. PST, June 11, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/E12PS14707/listing.html)
 
Place of Performance
Address: Pick-up site for material must be within 20 miles of Redwood National & State Park500 Aubell LaneCrescent City, CA 95531
Zip Code: 95531
 
Record
SN02764834-W 20120606/120604234521-d4766fc495838fdf59aac772f1c2c5e6 (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.