The RFP Database
New business relationships start here

Crushed Rock for Olympic National Park, WA


Colorado, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-77. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.acquisition.gov/far. The solicitation number is RFQOLYMM315020, issued as a Request for Quotation. The NAICS code is 212321 with an associated small business size standard of 500 employees. This solicitation is a 100% total small business set-aside, and will result in a firm fixed price contract to a single vendor determined to be responsive and responsible. The Government will consider past performance in determining responsibility. 

(1) DESCRIPTION: The National Park Service has a requirement for vendor to Supply and deliver 1¼" minus Crushed Gravel material and Permeable Ballast Rock free from wood, roots, bark and free of noxious seeds and weeds, for delivery December 2014 to the Olympic National Park Elwha Boneyard located approximately 500 feet past entrance fee booth on Hot Springs Road, Port Angeles, WA 98362. The material is being used for final and blue-top grading on Lake Mills Dam Overlook Parking Area.

(1.1) SPECIFICATIONS - CRUSHED ROCK MATERIAL:

(1.1.a) Crushed surfacing shall be manufactured from ledge rock, talus, or gravel in accordance with provisions of section 3-01.  The materials shall be uniform in quality and substantially free from wood, roots, bark, and other extraneous materials and shall meet the following test requirements:
Los Angeles Wear, 500 Rev: 35 percent maximum
Degradation Factor - Top Course: 25 minimum.
Degradation Factor - Base Course: 15 minimum.

(1.1.b) Crushed surfacing of the various classes shall meet the following requirements for grading and quality when placed in hauling vehicles for delivery to the roadway, or during manufacture and placement into a temporary stockpile.

(1.1.c) GRADATION: The gravel shall conform to the following gradation requirements (WSDOT 9-03.9(3):






 

Sieve Size



Base Course



Top Course and Keystone





Percent Passing





1 1/4"



99-100



 





1"



80-100



 





3/4"



 



99-100





5/8"



50-80



 





1/2"



 



80-100





No. 4



25-45



46-66





No. 40



3-18



8-24





No. 200



7.5 max.



10.0 max.





% Fracture



75 min.



75 min.





Sand Equivalent



40 min.



40 min.





(1.2) SPECIFICATIONS - PERMEABLE BALLAST ROCK MATERIAL:

(1.2.a) Permeable Ballast material shall consist of crushed, partially crushed, or naturally occurring granular material from approved sources and  shall consist of clean, hard durable fractured rock and shall be free from lumps of clay, soft or flaky material, loam or other detrimental material and also free of noxious weeds / seeds.

(1.2.b) The material from which ballast is to be manufactured shall meet the following test requirements:
Los Angeles Wear, 500 Rev: 40 percent maximum.
Degradation Factor: 15 minimum.

(1.2.c) Ballast shall meet the following requirements for grading and quality when placed in hauling vehicles for delivery to the roadway or during manufacture and placement into a temporary stockpile.

(1.2.d) The portion of ballast retained on No. 4 sieve shall not contain more than 0.2 percent wood waste.

(1.2.e) The fracture requirement shall be at least one fractured face and will apply the combined aggregate retained on the No. 4 sieve in accordance with FOP for AASHTO T 335.

(1.2.f) GRADATION: The Ballast shall conform to the following gradation requirements that meet WSDOT specifications for 1 ¼" Minus Crushed Rock Surfacing 9-03.0(2):






Sieve Size



Percent Passing





2   1/2"



99-100





2"



65-100





3/4"



40-80





No. 4



5 max.





No. 100



0-2





% Fracture



75 min.





NOTICE TO VENDORS - GRADATION: The Government does not expect there to be a need to change the gradation since the gradation is based on WSDOT specifications. However, should the vendor need to request a change, the vendor shall do so at time of submitting a quote, providing a justification/rationale for the change. The Government will only approve a gradation change request PRIOR TO AWARD. Once a contract is awarded, there shall be no change to gradation.

(2) DELIVERY REQUIREMENTS.  Address is Olympic National Park Elwha Boneyard located approximately 500 feet past the entrance fee booth on south side of Hot Springs Road, Port Angeles, WA  98362. Vendor is responsible for delivery and off-loading of material, but not stockpiling (vendor will not be required to handle the gravel at the delivery site). Vendor shall schedule first day of delivery in advance, with Dwayne (Ed) Travis, Roads Supervisor for the purpose of meeting driver on-site, to direct exactly where to off-load.  Ed can be reached at office phone 360-565-3175, cell phone 360-912-2771, or email address at Dwayne_Travis@nps.gov.

Material must be delivered between 8am and 4pm, Mondays through Thursdays only. No deliveries off-hour, off-day will be accepted. Delivery shall be made using a solo truck without trailer to accommodate the delivery site. A "slider" bed may be used if the operator is willing to park the trailer off-site. All traffic, driver, and vehicle laws and regulations are the responsibility of the Vendor. 

Dryness of material is a concern. The park maintenance employee inspecting material will be looking for a low level of moisture, which is considered a "dry load." The intent is that material be delivered as dry as possible, containing a low level of moisture. For example, if rain occurs over a day or more, vendor shouldn't deliver rainy, wet material that same day or even day after, if material is still very saturated, which would be considered a "wet load." Wet loads will be immediately rejected and vendor shall not off-load. If a wet load is identified after it's off-loaded, the load will either be rejected and vendor will be responsible for removing the material from the site and re-delivering a dry load at Vendor's own expense, or, the load may be accepted but only at a reduced tonnage as agreed by the parties.

(3) PERIOD OF PERFORMANCE: The period of performance start and end dates are best case scenario, from December 8, 2014 to January 8, 2015. Actual dates may be changed at time of award, as agreed by the parties. Deliveries can start as soon as possible after award (remember, no Friday deliveries). Vendor shall make arrangements with Ed Travis, upon receiving notice of award from the Contracting Officer. Plan for no deliveries from December 24-26, 2014 and from January 1-2, 2014.

(4) QUALITY CONTROL. (4.1.a) 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."  The intent of our inspections of potential aggregate sources is to avoid contamination with seeds or other plant parts capable or reproducing, of the following species:
Cheatgrass, Bromus tectorum               
Potted knapweed, Centaurea biebersteinii
Brown knapweed, Centaurea jacea        
Tumble knapweed, Centaurea diffusa
Canada thistle, Cirsium arvense         
Scot's broom, Cytisus scoparius
Herb Robert, Geranium robertianum       
English ivy, Hedera helix
Orange hawkweed, Hieracium aurantiacum
Common St. John's-wort, Hypericum perforatum
English holly/Ilex aquifolium
Yellow iris, Iris pseudacorus
Everlasting peavine, Lathyrus latifolius
Small everlasting peavine, Lathyrus sylvestris
Reed canarygrass, Phalaris arundinacea
Japanese knotweed, Polygonum cuspidatum
Himalayan knotweed, Polygonum polystachyum
Giant knotweed, Polygonum sachalinense
Bohemian knotweed, Polygonum x bohemicum
Sulphur cinquefoil, Potentilla recta
Laurel cherry, Prunus laurocerasus
Himalayan blackberry, Rubus discolor
Evergreen blackberry, Rubus laciniatus
Tansy ragwort, Senecio jacobaea.

(4.1.b)For a proposed source to have the potential for acceptance, the aggregate product in question has to have been mined from an intact layer, processed, and stored since the end of the previous seed-dispersal season. Olympic National Park botanist considers the end of the seed-dispersal season to be November 1st. In addition, the areas surrounding the mining, processing, and stockpiling locations need to be essentially free of the above species for 100 feet in all directions. (If the aggregate is mined, processed, and delivered entirely during winter and early spring, the concern with surrounding weed populations is reduced). The Olympic National Park botanists do exercise judgment when inspecting. For example, if some limited presence of the above species are found, they could still be acceptable if the plants observed show no evidence of flowers or fruits.

(4.1.c)  Vendor shall weigh all aggregate using a certified scale. A weight ticket must show the Tar Weight, Gross Weight, and Net Weight, for the purpose of tallying the total tonnage delivered. A weight ticket that only shows the total tonnage is not considered to be a weight ticket from a certified scale. Weight tickets shall be provided to the park maintenance employee at time of delivery for each delivered load. The park maintenance employee is required to sign the weight ticket as proof of acceptance of the delivery. Vendor shall maintain a weight ticket log or keep a copy of each ticket. The weight tickets also need to show the type of material, quantity, delivery date, and if not already filled in, either the driver or the park maintenance employee shall write in the contract number on the ticket.  Weight ticket numbers and corresponding dollar amounts shall be referenced on invoices.

(4.1.d)  Quoters may be required to furnish testing samples of the aggregate prior to award or at any time after award during performance of the contract.

(4.1.e) Government inspection at time of delivery - refer to "DELIVERY REQUIREMENTS" above.

(5) PRICE SCHEDULE.  The unit of measure shall be in tons. Vendor shall not change the unit of measure during performance of the contract.  The unit price shall include all elements necessary to deliver to the site including but not limited to, production, testing, loading, delivery, and off-loading.  The government will award to the vendor quoting the lowest unit price per ton. The line items below can be copied onto Quoter's letterhead or this page may be filled out and submitted with quote.  The government currently has $41,000 appropriated for this project. THIS AMOUNT IS NOT THE GOVERNMENT ESTIMATE. It is what the Government intends to spend. For this amount, the Government anticipates being able to purchase at least 1,400 tons of 1 1/4" minus crushed gravel and 500 tons of select borrow rock, ordering as many tons as can be purchased at the awarded unit price per ton, with total award amount not to exceed $41,000. Vendor shall provide a price as follows: 
Line Item 00010: Unit price of Crushed 1 1/4" minus gravel @ $____________ per ton.
Line Item 00020: Unit price of Select Borrrow (2-3" minus) @ $___________ per ton.
The government shall only pay for actual quantities received and accepted (see full text version of the clause at 52.211-17, Delivery of Excess Quantities, which is included in the list of clauses below). 

(6) CLAUSES & PROVISIONS. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation.  The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation.  The Government will award a contract resulting from this solicitation to the responsible Offeror whose quote conforming to the solicitation will be most advantageous to the Government, on the basis of lowest unit price, considering price and past performance. 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."  The government reserves the right to make award without discussions. In accordance with the clause at 52.204-07, System for Award Management, Offerors must also be actively registered in the SAM.gov on-line database, at website address https:sam.gov. Active registration means that at time quote is submitted registration status in SAM reads "active." Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with quote, or have completed the reps/certs section in their SAM.gov registration. The clauses at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this solicitation.  The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses:  52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-06, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations;  52.219-06 Notice of Total Small Business Set-Aside;  52.219-28 Post Award Small Business Program Representation; 52.222-03 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-03 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - System for Award Management. The clause at 52.247-34, F.o.b. Destination, applies to this acquisition.

EXCESS QUANTITIES: The clause at 52.211-17, Delivery of Excess Quantities, applies to this solicitation, and is incorporated by full text as follows: 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.

INVOICE/PAYMENT: The following clause is applicable to the awarded contract, as a post-award requirement: U.S. Department of the Interior Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) - - - Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "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 business invoice (attach the business invoice as a .pdf attachment to the IPP invoice). VENDOR'S FAILURE TO ATTACH THE REQUIRED DOCUMENTATION AS SPECIFIED ABOVE WILL RESULT IN THE IPP INVOICE  BEING REJECTED. 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 the System for Award Management (SAM) database) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of 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

(7) ANY QUESTIONS REGARDING THIS SOLICITATION MUST BE SUBMITTED IN WRITING (fax or email) to the point of contact listed below. Fax number is 360-565-3015.  If faxing question(s), include the solicitation number on the front page/cover page. If emailing, reference the solicitation number in the subject line of the email. 

(8) WHEN AND WHERE TO SUBMIT QUOTE:  Quotations must be received at Olympic National Park no later than Monday, December 1, 2014 at 3:00 p.m., Pacific Standard Time.  Anticipated award date is December 2, 2014. The written quote may be submitted by fax or email. The material samples shall be mailed or hand-delivered. If written quote is emailed, state "RFQOLYMM315020/QUOTE" in the subject line of the email.  If faxed, include the statement "RFQOLYMM315020/QUOTE" on the front page/cover page of the fax. Mailed or hand-delivered material samples shall state "RFQOLYMM315020/SAMPLE" on outer most envelope or box.

(9) WHAT TO INCLUDE IN QUOTE:  (a) Company letterhead or cover page showing business name, address, phone number, and DUNS number; (b) a point of contact name, phone number, and email address; (c) quarry/pit or business name and location of the material source, (d) 8 oz (1 cup) worth of each type of requested material, put into a sealed, labeled container (such as a Ziplock-style bag or other container with lid - preferable not to provide loose, in a box); and (e) the quoted unit price per ton, as described in the above Price Schedule. NOTICE TO VENDORS - GRADATION: The Government does not expect there to be a need to change the gradation since the gradation is based on WSDOT specifications. However, should the vendor need to request a change, the vendor shall do so at time of submitting a quote, providing a justification/rationale for the change. The Government will only approve a gradation change request PRIOR TO AWARD. Once a contract is awarded, there shall be no change to gradation.

(10) POINT OF CONTACT FOR THIS SOLICITATION is Phaedra Fuller, Contracting Officer, Olympic National Park, telephone 360-565-3009, cell phone 360-461-1827, email Phaedra_Fuller@nps.gov. The government reserves the right to cancel this solicitation.


Phaedra Fuller, Contracting Officer, Phone (360) 565-3009, Fax (360) 565-3015, Email phaedra_fuller@nps.gov - Rodney Roberson, Supervisor Contracting Officer, Phone (360) 565-3024, Fax (360) 565-3015, Email Rod_Roberson@nps.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP