Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 12, 2000 PSA #2683
SOLICITATIONS

38 -- AGGREGATE CHIPS, HALEAKALA NATIONAL PARK, MAUI, HAWAII

Notice Date
September 8, 2000
Contracting Office
National Park Service, 600 Harrison Street, Suite 600, San Francisco, CA 94107-1372
ZIP Code
94107-1372
Solicitation Number
Q8290A00012
Response Due
September 20, 2000
Point of Contact
Theresa Fisher 415/427-1328 (fax)
E-Mail Address
Click here to contact the contracting officer via (theresa_fisher@nps.gov)
Description
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. This announcement constitutes the only solicitation. Quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This request is being issued as Request for Quotations (RFQ) #Q8050000012. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-18. FAR clauses and provision are available through Internet access at http://www.arnet.gov/far. This is a full and open procurement. The standard industrial classification code is 5032 and the small business size standard is 500 employees. The following is a description of the requirements and bid schedule for this acquisition: MATERIAL -- 1,100 tons of Cover Aggregate Chips delivered FOB destination to Haleakala National Park Halemau parking area located approximately 4 miles inside the Park, south of end of State Highway 278. Materials shall be clean, tough, durable particles of broken stone, crushed gravel or both. Aggregate shall be clean and free from dirt and other deleterious materials. At least 90 percent, by weight, of the cover aggregate shall consist of crushed particles as determined by California Test 205. The percentage composition by weight of cover aggregate shall conform to the medium grading as detailed in Section 37-102 of the Caltrans Standard Specifications dated July 1992. Aggregate shall also meet the quality requirements as detailed in that same specification. Materials for the gradation and cleanness value tests shall be taken from the stockpiled aggregate to be used on the project. The sample shall be collected by an independent testing laboratory in the presence of a National Park Service employee. SUBMITTALS -- Provide certification form a state certified, independent testing laboratory, that material meets the requirements as stated herein. If requested, provide a 20-lb. Representative sample at least 10 days prior to delivery to the Point of Contact for testing purposes and color approval. All costs associated with required testing and delivery of test result to NPS shall be paid by the Contractor. DELIVERY -- To take place in the spring of 2001. POINT OF CONTACT for delivery is Frank Baublits, Facility Manager, 808-572-4420. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Mar 2000), applies to this transaction. The provision at FAR 52.212-2, Evaluation-Commercial Items (Jan 1999), is applicable to this transaction with the following evaluation criteria inserted into paragraph (a): [1] price; [2] past performance. Past performance shall be equal to price in importance. Quoters shall include a complete copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2000), with its quote. Those firms not in possession of the provision in full text may contact this office and a copy will be faxed. Full text of clauses and provisions may be accessed electronically at the following address: http://www.www.arnet.gov/far. The following FAR clauses are applicable to this transaction: 52.212-4, Contract Terms and Conditions-Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2000). The following additional clauses referenced in subparagraph (b) of 52.212-5 are applicable to this transaction: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I (Jul 1995); 52.219-8 Utilization of Small Business Concerns (Oct 1999); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (E.O. 11246) (Feb 1999); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999); 52.225-3 Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payment Program, Alternate I (Feb 2000); 52.232-34 Payment by Electronic funds Transfer Other than Central Contractor Registration (May 1999) with the following inserted in subparagraph (b)(1) of this clause "no later than 15 days prior to submission of the first request for payment". QUOTATIONS ARE DUE for this combined synopsis/solicitation on September 20, 2000 by 4:30PM Pacific Daylight time and shall be delivered to: National Park Service, Pacific Great Basin Support Office, 600 Harrison Street, Suite 600, San Francisco, CA 94107, ATTN Contracting Office: RFQ #Q8290000012. Facsimile Quotations are acceptable with all required documentation; no oral quotations will be accepted. Quoters must furnish company name, DUNS number, TIN Number, address, phone and fax number, email address if available, and official point of contact. All questions regarding this solicitation should be faxed to Theresa Fisher 415-427-1328. Email questions are acceptable to Theresa_Fisher@nps.gov.
Record
Loren Data Corp. 20000912/38SOL001.HTM (W-252 SN494805)

38 - Construction, Mining, Excavating and Highway Maintenance Equip. Index  |  Issue Index |
Created on September 8, 2000 by Loren Data Corp. -- info@ld.com