COMMERCE BUSINESS DAILY ISSUE OF AUGUST 9,2000 PSA#2660 USDI, Bureau of Land Management, Oregon State Office (952), P. O. Box
2965, Portland, Oregon 97208-2965 56 -- SOUTH RIVER AGGREGATE SUPPLY AND STOCKPILE SOL HAQ003062 DUE
090800 POC Tom Fulton 503-952-6218 or FAX 503-952-6312 E-MAIL: BLM,
or952mb@or.blm.gov. This a COMBINED SYNOPSIS SOLICITATION for a
commercial item 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. Solicitation HAQ003062 is issued as
a Request for Quotation (RFQ) and incorporates provisions and clauses
in effect through Federal Acquisition Circular 97-19. All responsible
sources may submit a quote which will be considered. This will be a
firm fixed-price contract for the Bureau of Land Management, South
River Resource Area, Willamette Meridian, Douglas County, Roseburg
District, Oregon. A vicinity and site map may be found at
www.or.blm.gov/procurement/solicitations.htm or request at
503-952-6218. Supply approximately 2000 cubic yard (CY) 1-l/2" minus
aggregate (site #1-existing road No. 30-4-28.0 surface in Sections 4
and 9 T.31S., R. 4 W., W. M.) with an option not to exceed 1000 CY
(site #2-designated site at existing stockpile adjacent to road No.
29-3-33.0 in Section 27, T. 29 S., R. 3 W., W. M.). EVALUATION FOR
AWARD: Award will be made to the responsible firm whose quote is most
advantageous to the Government, price and other factors considered.
Other factors for this solicitation include past performance of the
quoter. Past performance information may be based on the government's
knowledge of and previous experience with the quoter, or other
reasonable basis. The Government will include and evaluate option
pricing as part of the total price. Evaluation of the option will not
obligate the Government to exercise the option. Delivery time is 35
calendar days after receipt of the notice to proceed, beginning
approximately September 11, 2000; the option will be exercised within
20 calendar days after receipt of the notice to proceed. TECHNICAL
SPECIFICATIONS: Furnish all labor, transportation, materials,
equipment, supervision, and incidentals necessary to supply crushed
aggregate from a commercial source and place at the locations specified
. Bid Item No.1 tailgate or windrow spread; Bid Item No. 2 place in a
consolidated and uniformly faced stockpile. Access is over State,
County, Bureau of Land Management, and Private roads. The Government
has rights of access over private roads for the Contractor's use.
Provide an initial set of test results from a commercial testing lab to
verify the quality and gradation of material, as shown below. If the
Contractor uses materials from different areas of a pit or sources,
additional testing will be required. The material shall show a loss of
not more than 25 percent by weight, when submerged in DMSO, dimethyl
sulfoxide, for five (5) days, according to the Federal Highway
Administration Region 10 Accelerated Weathering Test Procedure, not
more than a 35% maximum loss from the Los Angles Abrasion test AASHTO
T96, have a minimum index of 35 when tested for durability of coarse
and fines, AASHTO T210. Crushed river rock is not acceptable. Tests
results must be representative of the materials to be supplied.
Additional testing will be required if Government testing indicates
that materials are not in compliance with the specifications. Aggregate
shall be hard durable particles or fragments of crushed angular quarry
stone of non-alluvial origin. The material shall be uniformly graded
from coarse to fine. Aggregate shall conform to the Grading
Requirements for Crushed Aggregate with Percentage by Weight Passing
Square Mesh Sieves Using AASHTO T-11 and T-27 as follows: 1 inch Sieve
Designation (SD), 100 Percent by Weight Passing Sieve Designation
(%WPSD); 1-inch SD, 97- 100 (SD), ; 3/8-inch (SD), 56-70 (%WPSD); No.
4 (SD), 39-53 (%WPSD); No. 40 (SD), 12-21, (%WPSD), and No. 200 (SD),
4-8 (%WPSD). The Government will grade and shape Road No. 30-4-28.0
prior to the Contractor placing material on the roadbed. Contractor
shall place aggregate at an approximate quantity of 40 CY (loose truck
measure) per station (100 lineal feet). Place an additional 20 cubic
yards (loose truck measure) at the turnout locations identified in the
field with reference tags. The turnout locations are at mile points
0.25 (turnout right), 0.48 (turnout right), 0.70 (turnout right), and
0.85 (turnout left). Coordinate with the contracting officer (CO) on
delivery dates for aggregate as the Government will spread and process
the aggregate material on the road surface in conjunction with the
Contractor-delivered aggregate material. Shape the stockpile aggregate
in a neat and regular form so as to occupy the smallest feasible area.
The side slopes shall not be flatter than 1 to 1. Aggregates will be
accepted by a Certification of Compliance. The Certification shall be
supported with test results and shall state that all materials fully
comply with the contract requirements. The CO may obtain samples for
testing by the Government to verify the Contractor's test reports. If
the Government's verification tests do not substantiate the validity of
the Contractor's Certification, the CO may order the Contractor to
perform additional testing or retesting as deemed necessary or may rely
exclusively on the Government's tests to determine contract compliance.
No payment will be made for performing the additional sampling and
testing or retesting ordered by the CO. Should it become necessary for
the Government to test materials due to the Contractor's Certification
being declared invalid, the total cost of performing such tests for the
applicable item will be charged to the Contractor. DELIVERY: Coordinate
with the CO to arrange for delivery between the hours of 7 a.m. and 5
p.m. Monday through Friday (holidays excluded), inspection, and
acceptance. The BLM reserves the right to select the order of delivery
to the sites. The Contractor shall comply with Oregon State law
regarding load weights and speed limits. MEASUREMENT AND PAYMENT:
Measurement for payment will be made by the cubic yard, loose truck
measure, quantity delivered to sites as accepted by the Government. An
on-site BLM representative and the supplier (or his representative)
shall agree in writing as to the quantity of material delivered at the
end of each day of delivery. The accepted quantities will be paid for
at the unit prices accepted. Payment of prices offered shall be full
compensation for furnishing all materials, including stockpiling the
materials. QUOTATIONS SHALL INCLUDE 1) Prices for item no. 1 and 2 per
CY (offerors are required to submit prices on all items), and 2) FAR
provision 52.212-3 which is available at:
http://www.or.blm.gov/procurement/ com_cert.htm. APPLICABLE FAR CLAUSES
AND OTHER PROVISIONS: 52.204-6 Contractor Identification Number -- Data
Universal Numbering System (DUNS) Number; 52.212-1 Instruction to
Offerors -- Commercial Items; 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 (including
52.203-6, 52.2l9-8, 52.219-14, 52.211-18, 52.222.21, 52.222-26,
52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.232-33,). Referenced
clauses andprovisions are available at: http://www.arnet.gov/far.
Quoters shall submit signed and dated quotes, either on a SF1449 which
may be found at http://www.gsa.gov/forms/pdf_files/sf1449.pdf or
letterhead stationary. Quotes shall be sent to Bureau of Land
Management, Oregon State Office (OR952), P.O. Box 2965, Portland,
Oregon 97208 by COB (4:15 p.m. local time) on or before September 8,
2000. FAX quotes will be accepted at 503-952-6312. For questions
contact Tom Fulton @ 503-952-6218. Posted 08/07/00 (W-SN483303).
(0220) Loren Data Corp. http://www.ld.com (SYN# 0283 20000809\56-0001.SOL)
| 56 - Construction and Building Materials Index
|
Issue Index |
Created on August 7, 2000 by Loren Data Corp. --
info@ld.com
|
|
|