Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2012 FBO #3876
MODIFICATION

96 -- Sand and Road Base Gravel

Notice Date
7/3/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1320121176
 
Response Due
7/17/2012
 
Archive Date
7/3/2013
 
Point of Contact
Andrea Hannon Contract Specialist 3073442859 andrea_hannon@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 amendment is to provide clarificatrion on the specifications - all other information including the closing date remains the same. 1. GENERAL INFORMATION This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1320121176. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-58 and are available in full text through Internet access at http:// www.acquisition.gov/far/. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 212321 and the small business size standard is 500 employees. 2. REQUIREMENT Big Horn Canyon National Recreation Area in Fort Smith, Montana has a requirement for Sand and road base gravel. The following is a description of the requirement: 2,000 Tons of Sanding Sand - crushed fine sand for sanding roads. Specifications for Sanding Sand: Material supplied must meet: STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION, 2006 EDITION, Adopted by the Montana Department of Transportation and the Montana Transportation Commission 701.01.1 Fine Aggregates for Concrete A. General Requirements. Fine aggregate is natural sand having hard, strong, durable particles meeting the gradation requirements in Table 701-2. Other approved inert material with similar characteristics or combinations of the above materials may be used, if the materials meet these specifications. Do not mix or store in the same pile fine aggregate from different sources or use alternately in the same class of construction or mix without the Project Manager's written permission. The deleterious substances and soundness specified in (B) and (C) below will be waived for aggregate used in structures or portions of structures not exposed to weather. B. Deleterious Substances. Meet the deleterious material limits in Table 701-1. TABLE 701-1 LIMITS ON DELETERIOUS MATERIAL IN FINE AGGREGATE MATERIAL/MAXIMUM % BY WT Coal and Lightweight Pieces/1.00 Clay Lumps/1.00 The material must not contain other deleterious material, such as shale, alkali, mica, coated grains, and soft, flaky particles. C. Soundness. When fine aggregate is subjected to five cycles of the sodium or magnesium sulfate soundness test, the total corrected loss cannot exceed 10 and 15 percent by weight respectively. D. Organic Impurities. Aggregate subjected to the colorimetric test for organic impurities and producing a color darker than the standard will be rejected unless the aggregates pass the mortar strength test specified in (E) below. Do not use aggregates showing a darker color than that of samples originally approved for the work until tested to determine whether the increased color indicates a harmful quantity of deleterious material. E. Mortar-making Properties. The fine aggregate, when mixed with Type I or II cement and tested using the mortar making property test, must develop at seven days, a minimum compressive strength of 95 percent of the strength developed by a mortar made with the same cement under AASHTO T 71. F. Grading. The gradation requirements in Table 701-2 are the outer acceptance limits for use from all supply sources. The gradation must be uniform from any one source and not change from the low to the high gradation limits. The fineness modulus of samples taken from proposed sources must be a minimum 2.50 and a maximum 3.10 when tested under AASHTO M 6. Fine aggregate from a source with a fineness modulus variation greater than plus or minus 0.20 from the design fineness modulus of the sample may require a concrete mix redesign. Applying the 0.20 variation does not permit the fineness modulus to be less than 2.50 or more than 3.10. Table 701-2 TABLE OF GRADATIONS-FINE AGGREGATE FOR CONCRETE Percentage by Weight Passing Square Mesh Sieves Sieve Size/Percent Passing 3/8" Inch (9.5 mm)/100 No. 4 (4.75 mm)/95-100 No. 8 (2.36 mm)/80-100 No. 16 (1.18 mm)/50-85 No. 30 (0.600 mm)/25-60 No. 50 (0.300 mm)/5-30 No. 100 (0.150 mm)/0-10 No. 200 (0.075 mm)/0-3 2,000 Tons of Road Base Gravel - minus crushed river rock road base, river rock mix with a majority mix of gray and white rock for road base - to be used as a crushed top surfacing material on a campground project that includes campsites, RV and Trailer Sites, Tent Sites and Parking Areas. Specifications for Three Quarter Minus: Provide " minus road base material, TYPE A, GRADE 2: that meets the MT DOT specification guidelines found in Section 701.02.6 and/or AASHTO T96, Section 02235 - 6th Edition Crushed Road Base 1. Dust Ratio: the portion passing the No. 200 sieve cannot exceed two-thirds of the portion passing the No. 40 sieve; 2. The maximum liquid limit and plasticity index for the material passing the No. 40 sieve is 25 and 6 respectively; 3. The composite aggregate does not contain adherent films of clay and other matter that prevents thorough coating with bituminous material. Bituminous material must remain adhered to the material upon contact with water; 4. When the aggregate is to be bituminized, both the material source and the composite aggregate must have a volume swell not exceeding 10 percent, and not show cracking or disintegration; 5. Do not remove intermediate sizes from the material during production, unless authorized in writing; 6. Have a wear factor not exceeding 50 percent at 500 revolutions; and 7. At least 35 percent by weight of the aggregate retained on the No. 4 sieve must have at least one mechanically-fractured face. OR AASHTO T96, Section 02235 - 6th Edition Crushed Road Base Crushed Base Material A. Consists of both fine and coarse fragments of crushed stone or crushed gravel and/or natural gravel, approved blending with sand, finely crushed stone, crusher screening, and recycled concrete, BUT NOT Asphalt. B. Use crushed stone or gravel consisting of hard, durable particles of fragments of stone, free of excess of flat, elongated, soft or disintegrated pieces, dirt, or other deleterious matter, and having a percent of wear of not exceeding 50 at 500 revolutions when tested under AASHTO T96. C. Crush material so that the percentage of fractured particles in the finished product is as constant and uniform as practical. Crush to produce material where at least 35 to 50 percent of the material retained on the No. 4 sieve has at least one fractured face. D. Incorporate all material produced in the crushing operation and passing the No. 4 mesh sieve into the base material necessary to meet the gradation requirements. Gradation A. As determined by AASHHTO Methods T11 and T27, furnish material for the grading specified in the contract documents including binder or filler, which may have been added at the plant or at the site, meeting the requirements of the grading in the Table of Gradations below: Table of Gradations PERCENTAGES BY WEIGHT PASSING SQUARE MESH SIEVE Passing" Minus Inch100 No. 4 Sieve40-70 No. 10 Sieve25.55 No. 200 Sieve2-10 B. Up to 5% "oversized" material is permitted provided that the "oversized" material passes the screen size immediately larger than the top size specified. The produced material between the maximum screen opening and the No. 4 sieve shall be reasonably well graded. C. Suitability of the aggregate is based on samples obtained during placement in the project within limits allowed in the table for the particular grading specified. D. That portion of the fine aggregate passing the No. 200 sieve must be less than 60 percent of that portion passing the No. 40 sieve. E. The liquid limit for that portion of the tine aggregate passing a No. 40 sieve cannot exceed 25, nor the plasticity index exceed 6, as determined by AASHTO T89 and T90. Quoted price shall include delivery to Fort Smith, Montana. Delivery Time Frame is from date of award until August 28, 2012. 3. CLAUSES AND PROVISIONS Offerors/Bidders/Quoters must review and comply with the FAR Provisions or Clauses which apply to this solicitation. This information is available on the Internet at http:// www.acquisition.gov/far/. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Commercial, applies to this acquisition 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-2, Evaluation factors include [a] price ; [b] past performance supported by documentation and references Past Performance: Past performance is a measure of the degree to which the contractor has satisfied its customers in the past. The NPS will evaluate offeror's past performance based on contacting references, for projects completed within the past 5 years, provided by the contractor; contractor must provide 3 references; the Government's knowledge of Offeror's past performance; and / or references obtained from any other source. The Government reserves the right to limit the number of references it ultimately contacts and to contact references or use sources other than those provided by the offeror to obtain information related to past performance. Other sources include, but are not limited to, the Past Performance Information Retrieval System; Federal, State or local governmental agencies; and private sector businesses. Standard of Acceptability: The offeror must receive at least a satisfactory past performance. : 52.212-2, EVALUATION-COMMERCIAL ITEMS - 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXEC ORDERS-COMERCIAL ITEMS, applies to this acquisition including 52.222-3 Convict Labor, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.233-3 Protests after award; and, the following paragraph (b) clauses added: 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-1 Buy American Act-Supplies 52.219-6 Notice of Total Small Business Set Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Sub Contracting 52.232-33 Payment by Electronic funds Transfer - Central Contractor Registration 52.223-18 Contractor Policy Ban Text Messaging while Driving 52.252-2 Clauses Incorporated by Reference 52.223-10 Waste Reduction Program 52.211-18 Variation in Estimated Quantity 4. PROPOSAL QUOTES ARE DUE for this combined synopsis/solicitation on July 17, 2012 at 2:00 PM Mountain Daylight. Emailed quotes are preferred with all required documentation; no oral quotations will be accepted. Quoters must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact All Quotes must be signed by authorized company official and emailed to andrea_hannon@nps.gov. All questions regarding this solicitation must be submitted in writing via email to andrea_hannon@nps.gov. LINE 0001: Sanding Sand $________/TONExtended Price 2,000 Tons $_________ LINE 0002: Road Base Gravel $_________/TONExtended Price 2,0000 Tons $________ Business Name: ____________________________DUNS:___________________ Business Address: ____________________________________________________ Business Phone: ____________________________FAX: _____________________ Email Address:______________________________ Offeror Name: _____________________________Date:_____________________ REFERENCES: Name:_________________ Company: ______________ Phone:_________________ Email:_______________ Name:_________________ Company: ______________ Phone:_________________ Email:_______________ Name:_________________ Company: ______________ Phone:_________________ Email:_______________ END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1320121176/listing.html)
 
Place of Performance
Address: Big Horn Canyon National Recreation Area, Fort Smith, MT
Zip Code: 59035
 
Record
SN02793426-W 20120705/120703235559-5f3ec861460dbb6fc0e2be3f6fb65e16 (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.