COMMERCE BUSINESS DAILY ISSUE OF MARCH 27, 2001 PSA #2816
SOLICITATIONS
56 -- LIBBY ASBESTOS PROJECT -- FILL AND TOPSOIL
- Notice Date
- March 23, 2001
- Contracting Office
- 55 Broadway; Cambridge, MA 02142
- ZIP Code
- 02142
- Solicitation Number
- DTRS57-01-R-20015
- Response Due
- April 10, 2001
- Point of Contact
- Point of Contact -- Carolyn F. Lovett, Contract Specialist, (617) 494-2025
- E-Mail Address
- Contract Specialist (lovett@volpe.dot.gov)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 12, 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. The solicitation number is DTRS57-01-R-20015 and is issued as a Request for Proposals (RFP). The incorporated document and provisions and clauses are those in effect through Federal Acquisition circular 97-20. This solicitation is a HUBZone Small Business Concern Set-Aside in accordance with FAR 19.13. The North American Industry Classification Systems Code is 212399 and the Small Business size standard is 500 employees. All Offero rs shall be certified as a HUBZone Small Business Concern by the Small Business Administration. The U.S. Department of Transportation, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA has a requirement for assisting the U. S. Environmental Protection Agency, to provide clean fill and topsoil in Libby, Montana. The clean fill and topsoil will be used as part of site remediation and restoration at the Railroad Loading Facility in the town of Libby, Lincoln County, Montana. The quantities listed below include a base amount with options to increase depending upon the Government s need. The vendor shall provide a State of Montana Opencut Mining Permit with their offer. Offers submitted without a State of Montana Opencut Mining Permit will be considered non-r esponsive. Prior to award, the fill and topsoil will be sampled by the Government to determine if the soil meets state and federal regulations as clean fill and topsoil for commercial and residential properties. The fill and topsoil must pass the following tests: EPA Approved Methods (SW 846 3050A, 6010A, 7471A, 8260A) including analysis for asbestos in accordance with EPA Approved Methods. The Government will sample and test the soil before finalizing the award to insure the soil is clean to the Government s specifications. Specifications for line items 0001 and 0001AA Clean Fill Delivered are as follows: Common Fill shall be gravel, sandy gravel, or gravelly sand free of organic material, loam, wood, trash, snow, ice, frozen soil, and other objectionable material and shall be grade d within the following limits: Sieve 6 inches 100% passing, No. 4 20 to 70% passing, No. 200 0-10% passing. Specifications for line items 0002 and 0002AA -- Clean Topsoil Delivered are: (a) Topsoil shall conform to Montana Public works Standard Specifications Section 02910. Use topsoil that is loose, friable, loamy soil, free of excess acid and alkali containing not less that 4% nor more than 20% organic matter as determined by the loss on ignition of oven dried samples (Reference ASTM D-2974). (b) Topsoil shall not contain objectionable amount of sod, hard lumps, gravel, sub-soil or other undesirable material that would form a poor seedbed. The vendor shall provide a Soil Analysis Report from a certified lab. The report shall include nutrient levels, concentrations of organic ma tter, percent of cation exchange capacity (CEC), and soil texture. The clean topsoil will be capable of producing natural vegetation. Before stripping topsoil, assure it has supported growth of healthy crops, grass or other vegetable growth. The Government reserves the right to order the use of a substantial material and to reject any fill or topsoil it deems unacceptable for use at the site. The vendor shall be able to deliver 25,000 cubic yards of clean fill and 10,000 cubic yards of clean top soil with options to import up to 20,000 cubic yards and 10,000 cubic yards of additional clean fill and top soil, respectively. The vendor shall deliver the soil to the site. All trucks must abide by all Federal and State DOT regulations as well as County and Town regulations. The fill and t opsoil shall be available starting April 23, 2001 and will be available through August 30, 2001. The vendor shall have the capability of providing soil six days per week (Monday through Saturday) excluding May 28, 2001 and July 4, 2001. Manifesting/Record Keeping -- The contractor shall provide receipts for each truckload of clean fill and topsoil. The receipts shall be provided to the Volpe Center on-site representative at the end of each workday. Proposals are due on April 10, 2001 by 2:00 PM Eastern Standard Time. Proposals will be accepted from vendors who offer individually on Items 1 and 2 below, Award (s) will be made on line items based upon best value to the Government, and the evaluation factors listed in FAR clause 52.212-2 below. Provide price proposals to include the fo llowing line items: Item 0001 Clean Fill Delivered 10,000 cubic yards -- Unit Price $________, per cubic yards; Item 0001AA-Option-Clean Fill Delivered 10,001 cubic yards up to 45,000 cubic yards -- Unit Price $_________, per cubic yards. Item 0002-Clean Topsoil Delivered 10,000 cubic yards -- Unit Price $________per cubic yards, Item 0002AA Option-Clean Topsoil Delivered 10,001 cubic yards up to 20,000 cubic yards -- Unit Price $_________per cubic yards. Delivery/Site Location: Delivery shall be FOB destination for all Items to: The Railroad Loading Facility, in Libby in Lincoln County, Montana. The Railroad Loading Facility is accessible by Montana Highway 37 and is located approximately 5 miles from downtown Libby. The provision at 52.212-1, Instructions to Offerors Commercial It ems, is hereby incorporated by reference. Under FAR 52.212-2, Evaluation Commercial Items: Evaluation factors are: (1) price; (2) acceptable soil test results; and (3) availability. The Government will make an award(s) resulting from this solicitation to the responsible offeror (s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government intent is to award more than one contract covering one or more line items and/or options. Each contractor is only guaranteed 10,000 cubic yards of fill if awarded contract for line 0001; or 10,000 cubic yards of topsoil if awarded line item 0002. All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Commercial Items with t heir proposal. The clauses at FAR 52-219-3 -- Notice to total HubZone Set-Aside and FAR 52-212-4 -- Contract Terms and Conditions Commercial Items are incorporated by reference. Addendum 1 to FAR 52.212-4 is as follows: The Government will sample and analyze soil in accordance with the testing listed previously in this document. The soil will be tested by the Government at least every 1000 cubic yards. In order to meet project flexibility needs, testing will occur either at the vendor s site or the drop off location. The vendor will be informed in writing of the results of the testing. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition; additional clauses cited in FAR 52.212-5 that apply to thi s acquisition are: 52.203-6; 52.219-3; 52.219-8; 52.219-14; 52.222-21, 52.222-26; 52.222-35; 52.222-36; 52-222-37 and 52.223-9. Two copies of each offer shall be delivered to the U.S. Department of Transportation, Volpe Center, 55 Broadway, Kendall Square, Cambridge, MA 02142, ATTN: Carolyn F. Lovett, DTS-852, Building 4, Room 2102, no later than 2:00P.M. Eastern Standard Time on April 10, 2001. The package must be marked RFP: DTRS57-01-R-20015. Proposals may be faxed to (617) 494-3024. Email questions must be received by April 03, 2001 to Carolyn F. Lovett at Lovett@volpe.dot.gov. The Contracting Officer for this procurement is Linda Byrne, Byrne@volpe.dot.gov. Any document(s) related to this procurement will be available on the Internet, these documents will be available on a WWW s erver which may be accessed using Web browsers. The WWW address, or URL, of the Volpe Center Acquisition Division home page is: http://www.volpe.dot.gov/procure/index.html.
- Web Link
- Volpe Center Acquisition Division home page (http://www.volpe.dot.gov/procure/index.html)
- Record
- Loren Data Corp. 20010327/56SOL002.HTM (D-082 SN50H1X3)
| 56 - Construction and Building Materials Index
|
Issue Index |
Created on March 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|