Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2005 FBO #1342
MODIFICATION

99 -- Bridge Girder for Walden Point Alaska

Notice Date
7/28/2005
 
Notice Type
Modification
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, WA, 98661-3801
 
ZIP Code
98661-3801
 
Solicitation Number
DTFH70-05-Q-0021
 
Response Due
8/5/2005
 
Archive Date
8/20/2005
 
Description
This is a combined synopsis/solicitation for the following commercial items; designing, fabricating, transporting and stockpiling a bridge for a construction project located on Annette Island, Alaska. This synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Solicitation DTFH70-05-Q-0021 is issued as a Request For Quotation in accordance with FAR Part 12, the acquisition of commercial items in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed in Far Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-4. The North American Industry Classification System (NAICS) code for this acquisition is 332312, the Small Business Size Standard is 500 employees, however this requirement is unrestricted and all interested parties may submit a quote; It is the responsibility of the contractors to be familiar with applicable clauses and provisions. FAR Provisions and Clauses may be viewed and/or downloaded from http://ww.arnet.gov/far. All firms responding to this solicitation must be registered with Central Contractor Registration (CCR) (website http://www.ccr.gov prior to receiving award: (888) 227-2423. FOB: delivery of the completed bridge assemblies will be the Hemlock Bay staging area on Annette Island, Alaska no later than May 1, 2006; the estimated price range for this procurement is anticipated to be >$200,000 and <$300,000; Quotations must be received no later than 4pm (Pacific Standard Time) August 5th 2005. Paper copies will not be available. You can download and fax or mail your quote along with any supporting documentation. Contractor will submit a completed copy of FAR 52.212-3, Offeror Representations and Certification Commercial Items along with their quotation, to: Federal Highway Administration, 610 East 5th Street, Vancouver, WA 98661; Attention: Patricia Mahurin FAX (360) 619-7855. Once the solicitation is posted it is incumbent upon the interested parties to review this site for any updates and or amendments to any or all documents. FAR 52.252-1Solicitation 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 the full text available. Contract Terms and Conditions that apply to this acquisition: FAR 52.212-1, Instructions to Offorers-Commercial Items. FAR 52.212-3, Full Text Offeror Representations and Certifications-Commercial Items. FAR 212-4, Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes pr Executive Orders-Commercial Items, (a) The contractor shall comply with the following FAR clauses which are incorporated in this solicitation by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (AUG1996), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004). Contractor shall comply with the clauses in this paragraph (b) 52.222-3 Convict Labor (June 2003), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (APR 2002), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans(DEC 2001), 52-232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)52.225-1 Buy American Act-Supplies(JUNE 2003),52.247-64 Preference for Privately Owned U.S.-flag Commercial Vessels (APR 2003) Description: This work consists of designing, fabricating, transporting, and stockpiling a bridge in accordance with the following specifications. Material Conform to the following specifications: Use ASTM A588 unpainted weathering steel for the major superstructure components (girders, diaphragms, etc.) and ASTM A36 galvanized steel for the decking. Use fasteners and hardware consistent with the major metal components being joined. Use Coast Region Douglas Fir timber for the timber running surface. Ensure that all structural timber and lumber are seasoned and dried at the time of fabrication. Material that has become twisted, curved, or otherwise distorted prior to assembly into the final structure will be cause for rejection. Design Features Provide a modular design that employs steel wide flange or plate girders as the main load carrying members. Design and fabricate the bridge such that the components may be assembled in the field with basic tools and skills. Make all field connections using high strength bolts. Furnish a bridge consisting of longitudinal sections joined along their edges to form the full width structure. Furnish all necessary bearing assemblies, anchor bolts, and connectors to fully assemble the bridges on concrete abutments. Furnish a bridge with a span length sufficient to meet the overall bridge length as indicated in the elevation view shown below. To facilitate shipping, handling, and erection, design and fabricate the bridge to be field spliced at the 1/3 and 2/3 span points. The minimum bridge width is 8.56 meters as indicated in the following diagrams. Furnish a metal transverse deck with a timber running surface as indicated on the bridge typical section drawing. Install the metal decking and timber running surface prior to shipping. Single runs of deck plank may be left loose to facilitate connecting metal deck sections at the longitudinal joints. Provide appropriate hardware to fasten these planks after the bridge is assembled Future plans for this bridge include removing and discarding the timber running surface and paving with an asphalt-wearing surface. Provide a paving dam along the outside edge of the metal decking to contain the future asphalt-wearing surface. Rig main superstructure components with lifting devices to facilitate efficient installation of the bridge using equipment common to logging or construction operations. Place lifting devices so as not to interfere with traffic utilizing the structure, or make provisions to remove the lifting devices after the bridge is assembled in place. Submittal Requirements Prepare drawings as necessary to adequately fabricate the bridges. This includes, but is not limited to, bridge detail plans including girder and deck member dimensions, anchor bolt layouts, erection drawings or instructions. Include in the General Notes any relevant information necessary to perform an independent structural check of the design including design loads, material engineering properties, and any design assumptions. Furnish erection instructions including a full list of bridge components, hardware, and fasteners. Furnish four sets of drawings and one set of supporting calculations for acceptance before performing work covered by the drawings. If drawings are returned for revision, correct and resubmit for acceptance. Allow 14 days per submission. If drawings must be resubmitted, the time for acceptance starts over. Obtain prior written approval for changes or deviations from the accepted drawings. Limit drawings to a maximum size of 610 by 920 millimeters. Include on each drawing and calculation sheet, the project number, name, and other identification as shown in the contract. Alternatively, review drawings may be submitted in electronic format using AutoCAD, Micro-Station, or Acrobat file format. Final acceptance drawings (record set) and calculations shall bear the seal and signature of a professional engineer proficient in bridge design. Design Criteria Design the bridges according to AASHTO Standard Specifications for Highway Bridges, Seventeenth Edition, 2002, with Interim Specifications or AASHTO LRFD Bridge Design Specifications, Third Edition, 2004. Use either AASHTO MS 22.5 (HS 25), or HL-93 for the design live load vehicle (according to the design method chosen). Provide for 75 mm future asphalt wearing surface in computing the dead loads. Design the bridge rails, rail posts, and connections using the full AASHTO loads as specified in either of the above listed design specifications. Steel Fabrication Fabricate the structural steel in a fabricating plant that is certified in Sbr (Simple Steel Bridges), under the AISC Quality Certification Program. Perform welding and weld qualification tests according to the provisions of ANSI/AASHTO/AWS Bridge Welding Code D1.5. Furnish a copy of all mill orders and certified mill test reports. Show on the mill test reports the chemical analyses and physical test results for each heat of steel used in the work. Furnish certified mill test reports and production certifications before the start of fabrication using material covered by these reports. Material may be furnished from stock, which can be identified, by heat number and mill test report. Do not drill, cut, or weld portions of structural members unless shown in the plans or approved in writing. Fabricate (mill, grind, or weld as shown on the approved plans or as specified) end bearing stiffeners for girders and stiffeners intended as supports for concentrated loads to provide full bearing on the flanges to which they transmit load or from which they receive load. Fabricate intermediate stiffeners not intended to support concentrated loads to provide a tight fit against the compression flange. Finish bearing and base plates and other bearing surfaces that will come in contact with each other or with concrete to the ANSI surface roughness defined in ANSI B46.1, Surface Roughness, Waviness and Lay, Part I, as shown in the following table. ANSI Surface Roughness Values Bearing Surface Surface Roughness Value(?m) Steel slabs 50 Heavy plates in contact in shoes to be welded 25 Milled ends of compression members, milled or ground ends of stiffeners and fillers 13 Bridge rollers and rockers 6 Pins and pin holes 3 Sliding bearings 3 Punch or drill all bolt holes. (a) Punched holes. Use a die diameter that is not more than 2 millimeters larger than the punch diameter. Ream holes that require enlarging to admit bolts. Clean cut the holes without torn or ragged edges. (b) Reamed or drilled holes. Ream or drill holes so they are cylindrical and perpendicular to the member. Where practical, direct reamers by mechanical means. Remove burrs on the outside surfaces. Ream and drill with twist drills, twist reamers, or roto-broach cutters. Assemble and securely hold together connecting parts that are being reamed or drilled and match-mark before disassembling.(c) Accuracy of holes. Holes not more than 1 millimeter larger in diameter than the true decimal equivalent of the nominal diameter of the drill or reamer are acceptable. The slightly conical hole resulting from punching operations is acceptable. (d) Accuracy of hole group after reaming. After reaming, the maximum allowed offset of 85 percent of any contiguous group of holes through adjacent thickness of metal is 1 millimeter. Prior to shipping, mark each major component of the bridge superstructure with the same serial number. Ensure that the marking is permanent and clearly visible on each component, both when stacked in storage and when erected at a bridge site. Timber Fabrication Bore holes for round drift pins and dowels to the same diameter as the dowel or pin. Bore holes for square drift pins and dowels to a diameter equal to the side dimension of the pin or dowel. Bore holes for galvanized bolts to 3-millimeter larger than the diameter of the bolt. Bore holes for lag screws according to Subsection 7.3.1 of the American Institute of Timber Construction Timber Construction Manual. Assembly and Disassembly Assemble each bridge prior to delivery to ensure proper fit-up of all components. Disassemble the bridges and transport each bridge in sections. Transport and Delivery Coordinate and schedule the delivery with the following individual at least 14 days prior to shipping each bridge. Marc Veneroso, (360) 619-7708 Email: marc.veneroso@fhwa.dot.gov Deliver the completed bridge assemblies to Hemlock Bay staging area on Annette Island, Alaska no later than May 1, 2006. Contact the above named individual at least 48 hours prior to delivery to arrange access to the project site. Provide any equipment and labor required to off-load and stockpile the bridge assemblies at the location designated. Package all hardware in water-tight containers clearly marked with their contents Acceptance Materials and fabrication will be evaluated by certification and visual inspection of the work as delivered for compliance with the requirements of this contract and prevailing industry standards. Provide manufacturer's production certification that the materials used in the fabrication of the bridges complies with all contract requirements. Log on to Western Federal Lands Highway Divisions simplified acquisitions web site to view and/or download design image. http://www.wfl.fhwa.dot.gov/edi/solicitations.htm
 
Place of Performance
Address: Federal Highway Administration, 610 East Fifth Street, Vanvouver, WA
Zip Code: 98661
Country: USA
 
Record
SN00856719-W 20050730/050728212038 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.