MODIFICATION
56 -- Rock Crushing at Finley Creek - AMENDMENT #1 is hereby issued to EXTEND RESPONSE DATE to 8/27/12, CHANGE SPECIFICATIONS, CHANGE PRICE SCHEDULE, and ADD SITE VISIT NOTES, for contractor to haul from banks of Finley Creek, stockpile, and crush.
- Notice Date
- 8/24/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- PWR - OLYM - Olympic National Park 600 East Park Avenue Port Angeles WA 98362
- ZIP Code
- 98362
- Solicitation Number
- P12PS23612
- Response Due
- 8/27/2012
- Archive Date
- 8/24/2013
- 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 an amendment to the original solicitation. This amendment is issued to extend the response date, chaned from 8/24/12 to 8/27/12, change specifications, change price schedule, and add site visit notes. This amendment only includes the changes made to the original solicitation. All other provisions, terms, conditions, and specifications from the original solicitation still remain in full force and effect. Quoters should combine the changes described below together with the original solicitation as the Government's complete request for quote. SCOPE OF WORK. 2.1 SCALES. See site visit notes, as alternative scales (belt conveyor scale or loader with scale) are acceptable, so long as contractor can meet scale requirements detailed in the site visit note. 3. TRAFFIC CONTROL. Refer to site visit notes - question was asked about signs and cones, if that would be sufficient without flaggers for traffic control. Answer given was yes, cones and signs would be sufficient traffic control. 4. MATERIAL EXCAVATION AND TRANSPORT. 4.2 TRANSPORTATION. The method and means of transportation will be the sole responsibility of the Contractor within the limits of the existing Army Corps of Engineers permit. 5. MAINTAINING ROADWAY DURING PROJECT. No equitable adjustment or extension of contract time will be granted. 8. COMPLETION TIMELINE/PERIOD OF PERFORMANCE: Work at the site shall not begin before September 17, 2012. All material transport and crushing work must be completed no later than February 28, 2013. Past February 28, 2013 contractor will have time for De-mobilization only. If stockpiled material is not all crushed by February 28, 2013, the contractor will not be penalized in any way, including no liquidated damages applied. In such a case, the NPS will accept the crushed quantity as of February 28, 2013 as the final quantity. Only the quantity of material actually produced (crushed) shall be measured and paid for. Uncrushed rock transported, but not crushed, shall not be paid for. The contract will award a base quantity for excavation, transport, and crushing. The contractor will have 60 calendar days after receiving notice of award to complete the base quantity awarded, after which time, the Government expects to be able to exercise optional quantities in 500 ton increments, whereby each option awarded will also add 10 additional calendar days to the period of performance. The intent is to award as many options as funding permits leading up to the February 28, 2013 deadline. Each option shall be exercised by written notification to the contractor in writing not less than 7 calendar days prior to performance of that option unless the contractor agrees to accept award of an option with less than 7 days' notice. The final option will be exercised no later than three weeks prior to February 28, 2013, providing sufficient time for contractor to complete crushing of the final optional quantity. PRICE SCHEDULE: The following line items shall be filled in and submitted with quote. The line items may be copied onto Quoter's letterhead or this page may be filled out and submitted with quote. So long as all line items are submitted, priced, the format does not matter. Quoters are encouraged to also provide a price breakdown in sufficient detail to support the lump sum amount quoted. "CLIN" means Contract Line Item. The government currently has $100,000 appropriated for this project. THIS AMOUNT IS NOT THE GOVERNMENT ESTIMATE. It is what the Government intends to spend on the basic requirement. For this amount, the Government anticipates being able to purchase 1,750 tons, after mobilization and traffic control. The objective of this price schedule is for the Government to award as much rock vendors can crush within the stated performance period at the lowest price. CLIN0001 (basic requirement): Mobilization/Demobilzation - - 1 Lump Sum $____________. CLIN0002 (basic requirement): Traffic Control - - 1 lump sum $____________. CLIN0003 (basic requirement): Material Excavation, Transport, and Crushing - - Qty ____________. Price $____________. Contractor will have 60 calendar days after receiving the notice of award to excavate, transport, and crush the quantity awarded in this line item. CLIN0004: OPTIONAL INCREASED QUANTITY IN INCREMENTS OF 500 TONS AT A TIME. Material Excavation, Transport, and Crush - - Price $____________ per 500 tons, In accordance with the provisions above. PAYMENT & POSSIBLE REQUIREMENT FOR CONTRACTORS TO REGISTER AT NEW INTERNET PAYMENT PLATFORM SYSTEM (IPP) AFTER AWARD OF CONTRACT 1. PAYMENT. Payment of approved invoices will be made on a net-30 basis, either by electronic funds transfer (direct deposit into contractor's bank account per contractor's SAM registration), or at the Government's sole discretion, by Government Charge Card if the vendor accepts payment by this method. Payment shall be by actual completed quantities measured. Only completed work will be considered for payment. SPECIAL NOTICE TO QUOTERS REGARDING CENTRAL CONTRACTOR REGISTRATION (CCR): As of July 29, 2012, the CCR on-line database was replaced by a new on-line database called System for Award Management (SAM). The new SAM website address is http://www.sam.gov. If vendors were previously registered in CCR, their vendor data was supposed to have transitioned into SAM automatically. However, it is the vendor's/contractor's responsibility to verify on-line registration status in SAM. Vendors are required to be registered in SAM (http://www.sam.gov) in order to be considered eligible for award. Because of on-going SAM website issues, vendors will not be excluded from competition solely on the basis that their vendor data cannot be verified by the Government upon receipt of quotes. However, the Contracting Officer will require the vendor to provide a help desk ticket number assigned to them by the SAM.GOV help desk, to prove attempt was made to complete new registration or to update/renew migrated vendor data. Upon receipt of quote, vendors who are not found registered in SAM.GOV and without a help desk ticket number submitted with quote will NOT be considered for award. This would only be applicable to vendors experiencing problems and would not be applicable to vendors whose data migrated or new vendors having registered, without incident. SPECIAL NOTICE TO QUOTERS REGARDING ONLINE REPRESENTATIONS & CERTIFICATIONS APPLICATION (ORCA): As of July 29, 2012, the ORCA on-line database was also shut down and replaced by SAM. Due to on-going user issues/complaints at SAM.GOV regarding reps/certs, the vendor is notified and instructed to submit hard copy reps/certs by submitting the clause at 52.212-03. The clause must be printed out, filled in by hand, and submitted with quote. Vendors with reps/certs in SAM may provide a hard copy printout in lieu of completing manual reps/certs. The provision (clause) can be accessed on-line at http://www.acquisiton.gov/far. End of Clauses and Provisions. INSTRUCTIONS TO QUOTERS: Part 1 - WHAT TO SUBMIT. Quotes shall consist of the following: (a) Company information on letterhead, including individual or company name, address, DUNS number, phone number, and point of contact name and email address; (b) the price schedule, (c) a written narrative of company's past performance/past experience that describes at least three completed rock crushing projects completed within last five years. Narrative should include the project title, location, cost, completion date, list any sub-contractors used, and provide customer contact information for whom project was completed (name, title, phone); and (d) a copy of the filled in provision at 52.212-03, Offeror Representations and Certifications-Commercial Items, or hard copy printout of vendor's reps/certs from SAM. Part 2 - WHEN AND WHERE TO SUBMIT QUOTE. Quotations were previously due August 24, 2012 at 4pm Pacific Daylight time, but that is hereby changed to no later than August 27, 2012 at 4:00 p.m., Pacific Daylight Time. Submit quotations by mail or hand-deliver to the attention of Phaedra Fuller, Contracting Officer, at Olympic National Park: 600 East Park Avenue, Port Angeles, Washington 98362-6757. On outer envelope write "QUOTE/P12PS23612." SITE VISIT NOTES FROM 8/20/12: Site visit was conducted at Finley Creek Bridge and nearby stockpile/crushing site, on August 20, 2012, starting 12pm, as scheduled and announced in clauses Section L of the solicitation. Meeting lasted approximately 1 to 1-1/2 hours. Site visit consisted of introduction of park staff, quick introduction of attendees, brief description of the project, a question and answer period followed by a visit to the stockpile/crushing site. IN ATTENDANCE - GOVERNMENT: (1) Phaedra Fuller, Contracting Officer, Olympic National Park. (2) Rich McKenna, Contracting Officer's Technical Representative (COTR), and Engineer, Olympic National Park. (3) Ed Travis, Roads Supervisor, Olympic National Park. IN ATTENDANCE - CONTRACTORS: (1) Scott and Kevin, representing Northwest Rock. (2) Sean, representing Bruch & Bruch Construction. (3) Rex, representing Quigg Brothers. (4) Tim, representing Delhur Industries QUESTIONS & ANSWERS (Q & A): (1) Q: There are four berms of pushed up material. Which berm is first? A: Contractor will be hauling material from site #1 first, which is on the east side of the bridge. The two east side sites are priority to haul material from first, before west side sites. WEST SIDE. As you're heading east on the North Shore Quinault Road, and approach the bridge, facing it head-on, the two berms on your immediate left and right hand sides, are sites #3 (left side/north), and site #4 (right side/south). EAST SIDE. As you're heading east on the North Shore Quinault Road, and cross the bridge, the two berms on your immediate left and right-hand sides, are sites #1 (left side/north) and site #2 (right side/south). (2) Q: Will we need to operate equipment in the creek bed? A: No. Contractor will only be gathering material and hauling from the berms along the bank, not from the creek bed at all. NPS will have their own equipment and operators in the creek bed, pushing material up on the bank, adding to the berms, as contractor hauls material from the berms. (3) Q: Specs call for scales to be delivered to the site. This can be quite expensive. Would a loader with scales be acceptable? A: The NPS will accept a belt conveyor scale or loader with scale, as alternative types of scales, but only if the contractor can meet the requirements for each type of scale, as described below. BELT CONVEYOR SCALE. Belt conveyor scales will be accepted as an accurate method of measurement provided they are installed and maintained according to Section 2.21 of NIST Handbook 44, and Section 109.03(c) of Standard Specifications for Construction of Roads & Bridges on Federal Highway Projects (FP-03). LOADER WITH SCALE. Unfortunately in the United States there is no weights or measures bureau/agency standard by which to independently certify this type of scale. If contractor chooses this scale alternative, the contractor shall hereby agree to (a) have the scale calibrated by a manufacturer's representative within the past year of use, providing proof of calibration after award, prior to operating loader on-site; (b) loader be capable of providing printing and reporting options (at the minimum, be able to print and provide a hard copy of each weight ticket); and (c) operators shall provide proof of training to operate the scale. (4) HAULING VS. CRUSHING. The intention of this project is the Government wants as much rock as the vendor can crush for the amount of money awarded. The Government shall only pay for actual quantity of material crushed. (5) PRICE SCHEDULE. The price schedule was changed from the version issued in the original solicitation prior to this amendment. The price schedule as it is shown in this amendment shall supersede the previous version. (6) Q: Can our equipment go across bridge? A: Yes. The design load for the bridge is HS-20 (36 tons over three axles). (7) Q: What are your preferred stockpile methods? A: NPS has no set requirements. Contractor can decide what works best during operation. (8) Q: What about woody debris? There was some discussion about this because Quigg Brothers was hired as a sub-contractor on the previous crushing contract at Finley Creek that was awarded back in 2009, and recalled that quite a lot of woody debris came out of the berms, and the contractor struggled with separating it and hauling it away. A: To mitigate this problem, the NPS will push away as much of the woody debris from the berms as possible, so that hopefully what is sieved, will be minimal. Any woody debris separated at the crushing site, can be stockpiled, and NPS will be responsible for disposal. NPS is not anticipating having to test for percent of wood retained on #4 sieve unless the final product, upon visual inspection, contains amounts of wood clearly exceeding the contract specification. (9) COTR reminder that any equipment brought on-site, to the bridge berms or the stockpile yard/crushing site, shall be washed prior to entering the park, as specified in Scope of Work, Section 2 - Mobilization. (10) Q: Can we store a fuel tank on-site, such as a 500-gallon portable? A: No. NPS requires that contractor not store fuel on-site, that contractor instead arrange for fuel deliveries. (11) Q: Is a fire wagon required? A: No. (12) Q: For traffic control, will cones and signs be sufficient, or do we need flaggers? A: Cones and signs will be sufficient. (13) REMINDER to all Quoters regarding CCR and ORCA vs. SAM: The Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) websites were completely shut down at the end of July, and replaced with a new website called "SAM" at http://www.sam.gov. Contractors who were previously registered at CCR and ORCA were supposed to be automatically migrated into SAM. Refer to the above sections entitled "Special notice to Quoters regarding CCR" and "Special notice to Quoters regarding ORCA." End Site Visit Notes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS23612/listing.html)
- Place of Performance
- Address: Olympic National Park, along Quinault North Shore Road off of US Highway 101, Grays Harbor County, Washington
- Zip Code: 98362
- Zip Code: 98362
- Record
- SN02855518-W 20120826/120825001524-850948d89d3c06c4a8f654cea3f8b30a (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 |