Aggregate for Redwood National & State Parks
This is a combined synopsis/solicitation for the acquisition of approximately 4,500 tons of 1 ½ base aggregate, a commercial item, prepared in accordance with Federal Acquisition Regulation (FAR) Subp... This is a combined synopsis/solicitation for the acquisition of approximately 4,500 tons of 1 ½ base aggregate, a commercial item, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2019-03 (effective 7/12/2019). It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at https://www.acquisition.gov/browse/index/far. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is 140P8419Q0089, and the solicitation is issued as a Request for Quotation (RFQ). The North American Industrial Classifications System (NAICS) code is 212319, Other Crushed & Broken Stone Mining & Manufacturing, with an associated small business size standard of 500 employees. This solicitation for a supply, is a 100% total small business set-aside, and will result in a firm fixed price contract to a single vendor/contractor determined to be responsive and responsible. The Government will consider past performance in determining responsibility. 1 - DESCRIPTION. The National Park Service, Redwood National & State Parks, located in Humboldt and Del Norte Counties, California, has a requirement for the supply and delivery of 1 ½ inch base aggregate to be delivered to two locations in the Park. The physical address of the Park is 1111 Second Street, Crescent City, CA 95531. This project will include supply and delivery of 4,500 tons of 1 ½ inch base aggregate per the specifications, scope of work, and terms & conditions provided. Hours for delivery shall be 7:30 am to 3:00 pm Monday through Thursday. No work will be accomplished on weekends or observed national holidays without prior approval from the Contracting Officer. All deliveries shall be coordinated through Kyle Hampson, Equip. Operator Supervisor, (707) 465-7359. 1.1 - BASIC REQUIREMENT. Supply and deliver approximately 4,500 tons of 1 ½ base aggregate to 2 locations as specified. 1.2 - OPTION ITEM. Supply and deliver approximately 1,500 tons of 1 ½ base aggregate to site at Orick, CA 95555. Actual tonnage amount awarded in contract may be adjusted depending on funding at time of award. 1.3 - SPECIFICATIONS.1 ½ inch Base Aggregate Specifications: Furnish hard, durable particles or fragments of crushed aggregate base conforming to the size and quantity requirements for crushed aggregate material normally used locally in the construction and maintenance of highways by Federal agencies. Furnish quarried crushed aggregate with a maximum size of 1 ½ inch as determined by AASHTO T27 and T1. Furnish crushed aggregate uniformly graded from coarse to fine and free of organic matter, lumps, balls of clay and other deleterious matter. Aggregate must be derived from natural stone formation which has been mined or quarried: no recycled material or material derived from river run material will be accepted. 1 ½ inch aggregate must conform to sections A and B below: A. General. Furnish hard, durable particles or fragments of crushed stone conforming the following: Los Angeles abrasion, AASHTO T 96 35-50% Sodium sulfate soundness loss (5 cycles), 12% max AASHTO T 104 Durability index (coarse), AASHTO T 210 35 min. Durability index (fine), AASHTO T 210 35 min. Fractured faces, ASTM D 5821 75% min. Free from organic matter and lumps or balls of clay Do not use material that breaks up when alternately frozen and thawed or wetted and dried. Obtain the aggregate gradation by crushing, screening, and blending processes as necessary. Fine aggregate, material passing the No. 4 sieve, shall consist of natural or crushed sand and fine mineral particles. B. Subbase or base aggregate. In addition to (a) above, conform to the following: Gradation Table 1 Liquid limit, AASHTO T 89 25 max. Table 1 1 ½" maximum Percent Passing Sieve Sizes Operating Range Contract Compliance 2" 100 100 1 ½" 90-100 87-100 1" ---- ---- ¾" 50-85 45-90 No. 4 25-45 20-50 No. 30 10-25 6-29 No. 200 2-9 1-12 SUBMITTALS: Reports for minimum of 3 cubic ft., with sieve analysis and laboratory documentation certifying aggregate meets the contract specifications shall be provided with bid submission for each bid and option item. Vendor shall perform aggregate testing, on each bid item one additional time during production or delivery of aggregate to demonstrate adherence to contract specifications. Vendor should specific location of aggregate to be provided for Park Representative to inspect on-site aggregate prior to award. Aggregate materials must be free of all the following: Canada thistle (Cirsium arvense) Dalmatian toadflax (Linaria dalmatica ssp. dalmatica) diffuse knapweed (Centaurea diffusa) fennel (Foeniculum vulgare) French broom (Genista monspessulana) Himalayan blackberry (Rubus armeniacus) Italian thistle (Carduus pynnocephalus) leafy spurge (Euphorbia esula) meadow knapweed (Centaurea X pratensis) hedge bindweed/ morning glory (Calystegia sepium) pampas/jubata grass (Cortadaria jubata) Scotch broom (Cytisus scoparius) Spanish broom (Cytisus multiflorus) Spanish heather/heath (Erica lusitanica) tansy ragwort (Senecio jacobeae) three corner leek (Allium triquetrum) yellow star thistle (Centaurea solsitialis) 1- LOCATION LIST. See Maps for both locations, pages 10 and 11; Klamath, CA and Orick, CA 2 - PERFORMANCE PERIOD. The government anticipates deliveries between August 19, 2019 and November 27, 2019, excluding holidays. Deliveries shall be coordinated through Kyle Hampson, Equip. Operator Supervisor. 3 - DELIVERY LOCATION. Contractor will make multiple deliveries within Redwood National & State Park, 3,000 tons to Klamath, CA location and 1,500 tons to Orick, CA. See Maps attached. 4 - PRICE SCHEDULE. The Quoter shall factor the lump sum price to include all labor, tools, equipment, materials, mobilization-in, mobilization-out, permit(s), overhead and profit (applicable to prime contractor subcontractor) necessary for completing all work. All work shall be performed in accordance with these terms and conditions. Quoter shall submit a price per ton for all line items below. Failure to do so may render the quote ineligible for further consideration. BASIC REQUIREMENT. Line Item 1 and 2 are the basic requirement. The government anticipates delivery between August 19, 2019 to November 27, 2019. OPTION ITEM. Line Item 3 is an option item, which, after award, shall remain at the firm-fixed prices quoted and/or negotiated and accepted, so that the contract may be modified to exercise the option as required at the sole discretion of the Government. Completion of delivery by November 27, 2019. LINE ITEMS Line Item Base or Option Location Name Ton $/Ton Price 1 Base Klamath,CA 3,000 $ 2 Base Orick, CA 1,500 $ 3 Option Orick, CA Up to 1,500 Total Sum of Line Items 1 and 2: $ 5 - INSPECTION/ACCEPTANCE AND QUALITY CONTROL. The Contracting Officer will delegate inspection and acceptance to the Contracting Officer's Representative (COR), who will review segments of work completed, review invoices, perform partial and final inspections, and will be responsible for documenting Government's acceptance of the work as 100% complete. Final payment shall not be made prior to COR's written final inspection, documenting date of acceptance indicating 100% completion. Payments will only be made for actual work completed as approved by the COR. 6 - CLAUSES & PROVISIONS. CLAUSES (apply to awarded contract): 52.252-2, Contract Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.acquisition.gov/far. 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (Jan 2017) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-7, System for Award Management (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications (Aug 2018). 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.242-15 Stop-Work Order (Aug. 1989) 52.242-17 Government Delay of Work (Apr 1984) 52.211-16, Variation in Quantity (Apr 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 2% Percent increase and 2% Percent decrease. This increase or decrease shall apply to each quantity specified in the delivery schedule. 52.211-17, Delivery of Excess Quantities (Sept 1989) The Contractor is responsible for the delivery of each item quantity within allowable variations, if any. If the Contractor delivers and the Government receives quantities of any item in excess of the quantity called for (after considering any allowable variation in quantity), such excess quantities will be treated as being delivered for the convenience of the Contractor. The Government may retain such excess quantities up to $250 in value without compensating the Contractor therefor, and the Contractor waives all right, title, or interests therein. Quantities in excess of $250 will, at the option of the Government, either be returned at the Contractor's expense or retained and paid for by the Government at the contract unit price; 52.217-7 Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 Days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019), with all paragraph (a) clauses incorporated; paragraph (b) clauses as follows: X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). X (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). X (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). X (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). X (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X (27) 52.222-22, Previous Contracts and Compliance Reports (Apr 2015). X (28) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). X (33) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). X (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). X (iii) Alternate II (May 2014) of 52.225-3. X (55) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332); No paragraph (c) clauses incorporated; all paragraph (d) clauses incorporated; all paragraph (e) clauses incorporated. ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - Internet Payment Platform (IPP) (April 2013). Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (www.ipp.gov). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions- Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: vendor's standard invoice, including the following elements: 1) Name and address of the contractor, 2) Invoice date and invoice number, 3) Contract/purchase order number, 4) The description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed, 5) Period of Service for services rendered, 6) Name (where practicable), title, phone number, and mailing address of person to notify in the event of an improper invoice. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in www.SAM.gov record) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to contract award or no later than 3 - 5 business days after the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. This action is for the federal government and is exempt from state and local sales tax (Tax Exempt ID #140001849). PROVISIONS (apply to this solicitation): 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov/far. - Offerors must be actively registered in the SAM.gov on-line database, at website address www.sam.gov. Active registration means that at time of award registration status in SAM reads "active"; 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018); 52.212-2, Evaluation-Commercial Items (Oct 2014). Evaluation-Commercial Items (Oct 2014). The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price; (ii) past performance. Evaluation factors other than price, when combined, are approximately equal to price. For the purpose of price evaluation, the Government will consider the lowest unit price per ton for delivery of rock. The Government reserves the right to adjust the total tonnage ordered based on availability of funding at the time of award. The National Park Service may inspect quarries being considered for award. The presence of noxious seeds and weeds shall be part of the Contracting Officer's determination of "responsiveness." Quote MUST be good for 30 calendar days after close of this solicitation. The government reserves the right to make award without discussions. The government reserves the right to cancel this solicitation. Evaluation of Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2018), with quote, or have completed the reps/certs section in their SAM.gov registration; 7 - QUESTIONS REGARDING THIS REQUEST FOR QUOTE. Questions must be received in writing no later than five (5) calendar days prior to quotation due date shown in the latest amendment. Questions and/or comments received after this time may or may not be addressed prior to the solicitation closing date. Send email question(s) to Lyn_Giddings@nps.gov, and reference the solicitation number in the subject line of the email, e.g., "140P8419Q0089/QUESTION." 8 - WHAT TO SUBMIT - CONTENTS OF QUOTE. Quotes may be submitted on letterhead or the Standard Form 18 (SF-18), and must include at a minimum the following items: 1. Completed price schedule / itemized per ton price for rock materials (delivered), and total price, 2. A copy of your standard report showing that offered materials meet the specifications above; 3. Location information of proposed source for rock materials; 4. Contractor remittance address, DUNS number, and federal tax identification number; 5. A statement that you are registered as a Small Business in the System for Award Management (SAM) and registration is complete and current. https://www.sam.gov; 6. Name, phone number, and address of your point of contact; 7. Signature of official authorized to bind your organization. 9 - HOW AND WHEN TO SUBMIT QUOTE. Quotations shall only be accepted through electronic mail addressed to: Lyn_Giddings@nps.gov Include the Request for Quotation number (140P8419Q0089) in the subject line of your email. All quotation documents required by this solicitation must be uploaded and received in their entirety no later than August 8, 2019 at 5:00pm Pacific Time. Quotations submitted by hardcopy or the Fed Connect web portal or Fed Connect Message Center shall not be accepted or considered. It is the responsibility of the contractor to verify receipt by the Purchasing Agent, Lyn Giddings, before the closing date/time of the RFQ. The Purchasing Agent can be reached at (707) 465-7316 or Lyn_Giddings@nps.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »