COMMERCE BUSINESS DAILY ISSUE OF AUGUST 23, 2001 PSA #2921
SOLICITATIONS
99 -- ROCHAT DIVIDE ROAD
- Notice Date
- August 21, 2001
- Contracting Office
- Bureau of Land Management, 1387 S. Vinnell Way, Boise, ID 83709
- ZIP Code
- 83709
- Solicitation Number
- DAQ010061
- Response Due
- August 30, 2001
- Point of Contact
- Patricia A. Fort, Contracting Officer, 208-373-3910
- E-Mail Address
- Rochat Divide Road (Pat_Fort@blm.gov)
- Description
- This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in 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. This solicitation is issued as a request for quotation (RFQ), number DAQ010061. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-25. This solicitation is set-aside for small business under North American Industry Classification System (NAICS) code 235990. The Small Business Annual Receipts for the firm and its Affiliates does not exceed $7.0 million. SPECIAL PROVISIONS: 1) Approximately 6 miles of road shall be brushed and cleared of vegetative material per section 2100 of Exhibit C as flagged by the Contracting Officers Representative at the top of Rochat Divide Road. This work shall be completed prior to road crushing. 2) Approximately 6 miles of the road surface shall be treated with FAHR Roadcrusher per Section 700 of Exhibit C, as flagged by the Contracting OfficerRepresentative at the top of Rochat Divide Road. Crushed material shall be compacted using a vibratory roller described in Section 700. All "road crushing@ and compaction shall be completed and approved by the Contracting Officer in writing prior to payment. 4) Water dips shall be constructed at locations designated by the Contracting Officer and according to the specification shown in Exhibit C of this contract. GENERAL -- 100: 101 -- Prework Conference(s): A pre-work conference will be held prior to the start of road renovation, reconstruction, and surfacing operations. The Purchaser shall request the conference at least (48) hours prior to the time it is to be held. The conference will be attended by the Purchaser (or the Purchaser's representative) and the Purchaser's subcontractor(s) and/or their representative(s) and the Contracting Officer and/or their representative(s). The purpose will be to review the required work, exhibits and specifications, and to establish a work schedule and a list of the Purchaser's representatives and/or subcontractor(s). 102 -- Compaction equipment shall meet the following requirements: 102a -- Vibratory roller. The drum diameter shall be not less than 48 inches, the drum width not less than 58 inches, and have a turning radius of 15 feet or less. Vibration frequency shall be regulated in steps to 1400, 1500, and 1600 vibrations per minute (VPM), corresponding to engine speeds of 1575, 1690, and 1800 RPM. The centrifugal force developed shall be 7 tons at 1600 RPM. It shall be activated by a power unit of not less than 25 horsepower. The vibratory roller shall be self-propelled or drawn by a vehicle of sufficient horsepower to enable the unit to travel through a loose layer of material at a speed ranging from 0.9 mile to 1.8 miles per hour, as directed by the Contracting Officer. The towing vehicle and roller or self-propelled unit meeting the above requirements shall be considered a vibratory roller unit. ROAD CRUSHING- 700: 701 -- This work shall consist of treating the road surface with Road crushing@ equipment and post treatment work following use of Road crushing@ equipment. 702 -- The Purchaser shall use the following equipment in accomplishing this work: a road grader, mobile road crushing equipment (FAHR Roadcrusher, Forester C-2000 or equivalent), and a vibratory roller conforming to the requirements of subsection 102a. 703 -- The Purchaser shall prepare the road surface for road crushing by obtaining enough material, 1.5 inches or larger, from the roadbed and ditchlines to produce a layer of uncompacted crushed material 6" deep, covering the width of the existing road surface. 704 -- The Purchaser shall use a motor patrol grader to sort oversized material greater than 1.5 inches from ditchelines and/or the existing roadbed into a windrow for mobile crushing. If additional material is needed, the Purchaser shall rip the running surface of the road to a depth of 4" -- 6" and again sort the oversized material into the windrow for mobile crushing. The target windrow profile should contain enough material to create an uncompacted layer of crushed material 6" deep, covering of the existing road surface. 705 -- The mobile road crusher shall process the windrowed material, up to 12 inches diameter, and reduce the size of the windrowed material to 2" minus diameter. 706 -- Oversize material that cannot be accommodated in the mobile road crusher shall be removed at the source and shall be disposed by sidecasting. 707 -- Crushed material shall be placed on the roadbed, blade processed and spread to required dimensions using a motor patrol grader. The existxing road surface shall have an uncompacted layer of crushed material 6" deep, covering the existing road surface. 708 -- Crushed material, placed and shaped as specified, shall be uniformly moistened or dried to the optimum moisture content for maximum density and compacted to full width by vibratory roller conforming to the requirements of subsection 103a. Minimum compaction shall be one (1) hour of continuous compacting for each (250) cubic yards of crushed material. 712 -- Crushed material shall be surface bladed using a motor patrol grader during the compaction operation to remove irregularities and to produce a smooth running surface. ROADSIDE BRUSHING -- 2100: 2101 -- This work shall consist of the removal of vegetation from the road prism (from the top of the cut slope to the outside edge of the road surface) and inside curves in accordance with these specifications. 2102 -- Roadside brushing may be performed mechanically with self powered, self-propelled equipment and/or manually with hand tools, including chain saws. 2103 -- Vegetation cut manually or mechanically less than six (6) inches in diameter, when measured 6 inches above the ground, shall be cut as follows: 2103a -- Vegetation shall be cut and removed from the road bed between the outside shoulder(s) and the ditch centerline and such vegetation shall be cut to a maximum height of three (3) inches above the ground and running surface. Limbs below the three (3) inches area will be severed from the trunk. Sharp pointed ends will not be permitted. Cuts shall be parallel to the ground line or running surface. 2103b -- On cut slopes all vegetation shall be cut to a height of six (6) inches, but in no case may the height of cut vegetations be greater than nine (9) inches, above obstructions such as rocks or stumps on cut and fill slopes and all limbs below the nine (9) inch area will be severed from the trunk. Sharp pointed ends will not be permitted. Cuts shall be parallel to the ground line or running surface. 2104 -- Trees in excess of six (6) inches in diameter when measured 6 inches above the ground line shall be limbed, so that no limbs extend into the treated area or over the roadbed to a height of 14 feet above the running surface of the roadway on cut and fill slopes, within the road prism. Limbs shall be cut to within six (6) inches of the trunk to produce a smooth vertical face. Removal of trees larger than six (6) inches in diameter for sight distance or safety may be directed by the Contracting Officer. 2105 -- Vegetation that is outside of the road prism that protrudes into the road prism and within 14 feet in elevation above the running surface shall be cut, to within six (6) inches of the trunk to produce a smooth vertical face. 2106 -- Vegetative growth capable of growing one (1) foot in height or higher shall be cut, within the road prism or as directed by the Contracting Officer. 2107 -- Inside curves shall be brushed out for a sight distance of 200 feet chord distance and/or a middle ordinate distance of 25 feet, whichever is achieved first. Overhanging limbs and vegetation in excess of one (1) foot in height, shall be cut within these areas. At the Contracting Officer=s discretion, may reduce the distance to be brushed. 2108 -- Self propelled equipment shall not be permitted on cut and fill slopes or in ditches. 2109 -- Debris resulting from this operation shall be scattered downslope from the roadway. Debris shall not be allowed to accumulate in concentrations. Debris in excess of one (1) foot in length and two (2) inches in diameter shall not be allowed to remain on cut slopes, ditches, roadways or water courses, and shall be disposed as directed by Contracting Officer. 2114 -- Roadside brushing shall be completed prior to commencement of logging and hauling operations. 2116 -- Mechanical brush cutters shall not be operated when there are people and occupied vehicles within 400 feet of the immediate operating area. 2117 -- Traffic warning signs shall be required at each end of the work area. Signs shall meet the requirements of the Manual on Uniform Traffic Devices. The contract line number is: Item 1, Rochat Divide Road, 6 Miles $_______________; FOB Point is Jobsite. The provision at 52.212-1, Instructions to Offerors-Commercial is applicable. Offerors shall include a completed copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause 52.212-4, Contract Terms and Conditions-Commercial Items, is applicable. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is applicable, and the following additional FAR clauses cited in the clause are applicable: 52.219-14, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41, 52.222-42, 52.246-04. Offers are due at the above office by close of business August 30, 2001. Fax quotes will be accepted at (208) 373-3915. The estimated start date is September 4, 2001. For additional information contact the above named Contracting Officer. See Note(s) 1*****
- Record
- Loren Data Corp. 20010823/99SOL004.HTM (W-233 SN50V691)
| 99 - Miscellaneous Index
|
Issue Index |
Created on August 21, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|