Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2016 FBO #5284
SOLICITATION NOTICE

Z -- Crack Seal Various Pavements

Notice Date
5/10/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
NPS, IMR - Santa Fe MABO 1100 Old Santa Fe Trail Building P.O. Box 728 Santa Fe NM 87505 US
 
ZIP Code
00000
 
Solicitation Number
P16PS01150
 
Response Due
5/27/2016
 
Archive Date
6/11/2016
 
Point of Contact
Zapata, Ana
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation P16PS01150 Crack Seal Various Pavements San Antonio Missions National Historical Park San Antonio, Texas This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number: P16PS01150 is issued as a Request for Quotations. This RFQ incorporated provision and clauses in effect through Federal Acquisition Circular 2005-72 Effective January 30, 2014. This acquisition is reserved exclusively for small business concerns. The NAICS code for this acquisition is 238990 and the size standard is $15 million. It is the contractor's responsibility to be familiar with applicable clauses and provisions. This Acquisition shall result in award of a firm fixed price contract. This acquisition is for all labor, material, equipment and incidentals to appropriately clean cracks and apply hot asphalt cement sealant to various pavements for San Antonio Missions National Historical Park San Antonio, Texas. SPECIFICATIONS / STATEMENT OF WORK 1. Location and Facilities: This project is located at the San Antonio Missions National Historical Park in San Antonio, Texas. The park is entirely in the State of Texas on the South side of San Antonio. Specific work locations include the Mission San Jose Visitor Center parking lot, bus parking lane, and Harris House parking lot; the Mission Espada parking lot; and the Espada Aqueduct parking lot. For more information see the Park website at http://www.nps.gov/saan/index.htm. 1a. Mission San Jose: Mission San Jose and the Visitor Center are located at 6701 San Jose Drive, San Antonio, TX 78214. The Mission can be accessed from Roosevelt Ave (Spur 536) with Interstates 10, 37 and 410 nearby. The bus parking lane is located to the Southeast across the street from the Visitor Center. The Harris House parking lot is located on the North side of the Mission. The roads are paved and in good condition. 1b. Mission Espada: Mission Espada is located at 10040 Espada Road, San Antonio TX 78214. The Mission can be accessed via Espada Road by traveling South from Interstate Highway (Loop) 410. Interstate Highways 35 and 37 are nearby. The roads are paved and in good condition. 1c. Espada Aqueduct: The Espada Aqueduct is located at the intersection of Ashley Road and Espada Road. The Aqueduct can be accessed via Espada Road by traveling North from Interstate Highway (Loop) 410. Interstate Highways 35 and 37 are nearby. The roads are paved, but generally in poor condition. 2. General Requirements: This procurement consists of three (3) Contract Line (Bid) Item and two (2) alternative Contract Line (Bid) Items. The alternative bid items will be awarded based on the availability of funding. 2a. Contract Line Item 1: Crack Seal Mission San Jose Visitor Center Parking Lot ¿ 2,100 LF apx. 2b. Contract Line Item 2: Crack Seal Mission San Jose VC Bus Parking Lane - 2,075 LF apx. 2c. Contract Line Item 3: Crack Seal Harris House Service Drive and 108 Parking Lot - 1,575 LF apx. 2d. Contract Line Item 4 - Alternative A: Crack Seal Mission Espada Parking Lot - 500 LF apx. 2e. Contract Line Item 5 - Alternative B: Crack Seal Espada Aqueduct Parking Lot - 425 LF apx. A detailed description of the work and the execution of that work can be found in the paragraphs below. All work shall be accomplished under the supervision of a licensed contractor and according to the Scope of Work, and the National Park Service's contractual requirements. Work shall comply with all applicable codes and regulations of authorities having jurisdiction, i.e., the City of San Antonio and the State of Texas (TxDOT), with copies of inspection reports, notices and similar communications provided to the National Park Service. The Contractor is responsible for determining the need for and obtaining all necessary permits. The Contractor shall notify the Contracting Officer (CO) or Contracting Officer's Representative (COR) of any varying/differing site conditions, and shall not remove or alter any structural components without prior written approval from the CO or COR. Normally work shall be conducted between the hours of 8:00 AM and 5:00 PM, Monday through Friday; however, due to the ambient temperature requirements and the need for traffic control, if the Contractor requests, work will be authorized in the evenings after 5:00 PM or overnight, as well as starting earlier in the morning. Actual work dates and schedule shall be coordinated with the CO or COR, and the Park, at least five (5) working days in advance. All material and equipment must be on-hand before any demolition or construction work takes place. In general, the Park will consider alternatives under the Value Engineering Clause of the solicitation documents; however, those alternatives shall be submitted and approved by the Contracting Officer prior to bids being submitted. The exception being variations or unforeseen site conditions, which result in an opportunity for alternative solutions after demolition or construction has started. 3. Description of Work: The work consists of all labor, material, equipment and incidentals to appropriately clean cracks and apply hot asphalt cement sealant. Cracks and crack walls shall be cleaned using high-pressure air or other Park approved method(s) to remove all dirt, dust, and other deleterious material. Dry material shall be blown or brushed off the pavement surface. During initial crack/pavement cleaning prevent debris from entering waterways, travel lanes open to public traffic, or areas designated not to be disturbed. Dry the crack surfaces with a hot air lance before sealing or filling. Cracks shall be sealed using hot poured asphalt cement with a rubber or other Park approved modifier to increase elasticity. Sealant shall be applied at an appropriate temperature and in accordance with (IAW) the manufacturer's recommendations. The ambient temperature shall be between 45 and 65 degrees Fahrenheit. Cracks shall not be sealed or filled when the pavement temperature is below 35 degrees Fahrenheit. Sealant shall not be applied in moist, rainy, damp or foggy conditions or when the cracks are NOT dry. The Hot Pour Machine shall utilize an agitator to continuously agitate the material and heat the material to pouring temperature. The temperature shall be monitored to avoid overheating the material. Temperature shall also be monitored at the wands/application nozzles to ensure temperature is maintained within the manufacturer's guidelines. The heater shall be equipped with a gear driven asphalt pump with adequate pressure to dispense the sealant. Sealant shall be recirculated in the hose when installation train is idle. Use the application wand to place material in each crack from the bottom up. The wand shall be insulated to maintain pouring temperature while placing material and returned to the heating kettle if additional cracks are not immediately filled. After application of the sealant material to the crack, a metal U-shaped squeegee shall be used for finishing and shaping. The squeegee shall be kept over the center of the crack channel and as close as possible to the applicator wand to ensure the sealant is fluid and workable. Squeegee work shall be completed immediately after the sealant is placed and before it cools. Excess sealant shall be removed before hardening occurs. Cracks shall be filled using an overband/overbanding configuration. The overband/overbanding shall not be more than 3" wide and no more than 1/8 inch above the pavement surface. Sand or backer rods shall be used on large cracks to prevent sealant draining to the bottom of the crack. Traffic shall be rerouted until sealant or filler has cured or is treated with a debonding material recommended by the manufacturer. 4. Sealants, fillers and seals shall conform to the following: 4a. Joint and crack sealant, hot-applied, for concrete and asphalt concrete pavements: ASTM D6690, Type II or Type III. 4b. Crack filler, hot-applied, for concrete and asphalt concrete pavements: ASTM D5078 4c. Proprietary asphalt-rubber products, furnish the following: (1)Source and grade of asphalt binder (2)Total quantity of granulated rubber and mass as a percent of asphalt-rubber mixture (3)Granulated rubber types and quantity of each type (if blend) - mass as a percentage of combined rubber and gradation of granulated rubber (4)Type of asphalt modifier, if any (5)Quantity of asphalt modifier, if any (6)Quantity of asphalt modifier and mass as a percent of asphalt binder (7)Other additives (8)Heating and application temperatures (9)Manufacturer's recommended application procedures 4d. Elastomeric joint sealant: ASTM C920, Type M, Grade P, Class 25, Use T1 or T2 4e. Flexible cellular joint filler: ASTM D1056, Type 2, Class B or Class C, Grades 3, 4, or 5 Current state approved crack sealing material may be used with Park approval. If used, submit proof of compliance with state specifications. 5. Project Schedule of Values: After contract award and before the Pre-Construction Meeting, the Contractor shall submit a project schedule and Schedule of Values for the CO ¿s approval. The Project Schedule of Values is only required if in-progress payments are going to be requested. The Schedule of Values shall break the lump sum contract price into component parts of the construction work for which progress payments maybe requested, i.e., demolition, repair/replacement of structural members and/or decking, installation of standing seam metal roof, painting, etc., for which progress payments may be requested. The CO may request data to verify the accuracy of dollar values. Include mobilization, general condition costs, overhead and/or profit in the total dollar value of the component parts. Do not include mobilization, general condition costs, overhead and/or profit as a separate item. The cost of all items shall equal the contract sum. The Schedule of Values will form the basis for progress payments, i.e., progress payments during construction will be based on the percentage of work completed according to the approved Schedule of Values. An acceptable Schedule of Values shall be agreed upon by the Contractor and the CO before the first progress payment is processed. 6. Quality Control: The quality of work shall be the responsibility of the Contractor. Inspect and/or test all work as needed to ensure the quality of materials, workmanship, and finished product is in compliance with the statement of work, applicable codes and manufacturers ¿ instructions. The Contractor shall designate a Quality Control Supervisor. 7. Safety: The Contractor shall meet established NIOSH and OSHA safety standards, and also take special care to reduce risk or exposure to the public. The work areas are located adjacent to areas frequented by visitors; therefore, mechanisms and/or measures to protect visitors must be installed prior to the start and for the duration of the work. Traffic control devices shall be used to keep vehicle traffic out of the immediate work area. Parking lot closures, etc., shall be coordinated with and approved by the Park in advance. Every effort shall be made to minimize dust, dirt and debris from the construction with the site being cleaned up at the end of each work day. IAW Paragraph 10 a Safety Plan shall be submitted and approved prior to the start of any construction activities. The Contractor will be provided a copy of the Park's Contractor Safety and Security Checklist at or before the preconstruction meeting. The checklist shall be reviewed and signed by the Contractor before the start of construction. 8. Product Handling: Storage of materials will be permitted only in areas designated by the Park. Storage of materials shall be in a location safely away from visitor use areas, but as close as possible to the work site. A limited amount of material to facilitate daily work may be stored in the immediate vicinity of the work site. The Contractor shall haul off all trash and debris daily, leaving the work area clean unless otherwise authorized by the CO or COR, e.g., the Park approves the use of a roll-on/roll-off dumpster. At the end of construction, and before final payment, the Contractor shall ensure the area is free of material and/or other debris. The Contractor shall comply with all legal load restrictions in the hauling of materials. 9. Recycling and Waste Management: The Contractor shall employ processes that ensure the generation of as little waste as possible. Minimize waste generation due to over-packaging, poor planning, breakage, mishandling, contamination, error or other factors. Of the waste generated, as much as is economically feasible shall be reused, salvaged or recycled. Waste disposal in landfills shall be minimized. All material unsuitable for recycling must be disposed of, in a legal manner, at public or private dumping areas outside the park. Materials that may be recycled include but are not limited to the following: * Cardboard, paper, packaging * Clean dimensional wood, pallet wood * Beverage containers * Drywall * Paint * Glass * Plastics To the maximum extent possible, every effort shall be made to reuse or recycle materials vice disposing of in landfills. 10. Submittals: Submittals shall be transmitted to the Contracting Officer's Representative using NPS form CM-16. Submittals shall be provided for the following as a minimum: - Manufacturer literature and ¿cut sheets ¿ for asphalt cement and any modifiers, sealants crack fillers, joint fillers, including recommendations/guidelines for heating and applying the hot crack filling material (See Paragraph 4 for additional details). - Overall Construction Schedule/Work Plan detailing the overall flow of work, i.e., how and when things will be accomplished, including lead time for materials. - Proposed Schedule of Values based on Construction Schedule/Work Plan, if in-progress payments are going to be requested. See Paragraph 5 for additional details. - Quality Control Plan. - Safety Plan. Submittals will be returned to the contractor within ten (10) working days and marked in one of three ways as defined below: Approved: Accepted with no corrections. Approved with Notations: Minor corrections or clarifications are required. All comments are clear and no further review is required. The Contractor shall address all review comments when proceeding with the work. Disapproved - Resubmit: Rejected as not in accordance with the contract or requires major corrections or clarifications. The COR will identify the reason for disapproval. The Contractor shall revise and resubmit with the changes clearly identified. 11. Attachments: The following documents referenced above in the Statement of Work are included as attachments: - Atch 1 - Site Plans. - Atch 2 - CM-16, Transmittal Form ¿ National Park Service. - Atch 3 -Contractor Safety and Security Checklist. 12. Evaluation and Source Selection: Selection will be based on the Best Value to the Government via a Lowest Price Technically Acceptable (LPTA) process. Award will be made to the lowest cost proposal that meets or exceeds the Government ¿s requirements for capability. The evaluation factors for determining capability will be Past Experience and Past Performance. 12a. Past Experience: Past Experience is differentiated from Past Performance in that this is factual, documentable information about specific work the contractor has performed. The Government will consider the contractor ¿s experience, knowledge, understanding, and familiarity with crack sealing. Quoters shall provide a narrative summary of their past experience in crack sealing, including a list of at least three(3), but not more than (5) prior projects, indicating the customer, the scope and magnitude of the work, and any specific information that demonstrates similarities with the work solicited herein. Please also submit a list of individuals who will be involved in the performance of work, and identify the specific experience of those individuals. 12b. Past Performance: Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. The currency and relevance of the information, source of the information, context of the data, and general trends in contractor ¿s performance shall be considered. NPS may contact references provided by the contractor, in-house staff with knowledge of the contractor, or references obtained from any other source. The Government may consider the contractor ¿s success in satisfying customers in the following areas: - Meeting or exceeding schedule requirements - Professionalism and quality of work - Reasonableness and cooperation in negotiating changes - Flexibility in adapting to new requirements or unplanned obstacles Quoters shall provide examples of at least three (3), but not more than five (5) past or current contracts, for efforts similar in nature to this procurement, i.e., crack sealing specifically, but Past Performance on other similar or associated work such as asphalt laying, asphalt repair and/or patching, etc., is also acceptable. These examples shall include any information on problems encountered on these contracts with the quoter ¿s corrective actions as well as any commendations. The source selection authority shall determine the relevance of similar past performance information. In the case of a quoter without a record of relevant past performance or for whom information on past performance is not available, the quoter may not be evaluated favorably or unfavorably on past performance. 13. Warranty: The Contractor shall provide a written one (1) year warranty. 14. Site Visits: The Contracting Officer will schedule a site visit approximately two (2) weeks before bids are due. The site visit gives potential bidders the opportunity to become more familiar with the project requirements, visit the work locations, ask questions, etc., and is critical to ensuring a clear understanding of the scope of work and contract requirements. The pre-bid site visit is not mandatory, but is highly encouraged. Measurements are only estimates and the bidder shall be responsible for all critical measurements and dimensions used for ordering materials, components, etc., for accomplishing the work. If a Contractor is not available for the scheduled site visit or additional site visits are needed, they can be coordinated and scheduled by contacting Travis Kraft, 210-534-8875 x 235, e-mail travis_kraft@nps.gov, or David Vekasy, 210-534-8875 x 246, e-mail david_vekasy@nps.gov. 15. Points of Contact: Contracting Officer ¿s Representative (COR)/Project Manager (Technical) Travis Kraft 210-534-8875 x 235 (Office) Travis_Kraft@nps.gov San Antonio Missions NHP 2202 Roosevelt Ave San Antonio, TX 78210 Facility Manager David Vekasy 210-534-8875 x 246 (Office)/210-843-9025 (Cell) david_vekasy@nps.gov San Antonio Missions NHP 2202 Roosevelt Ave San Antonio, TX 78210
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS01150/listing.html)
 
Record
SN04111077-W 20160512/160510234121-09e0b02710316a2c8c477e26824be004 (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.