Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2007 FBO #2042
SOLICITATION NOTICE

54 -- Pre-Cast Concrete Culverts

Notice Date
6/28/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG 12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
Q1402072138
 
Response Due
7/13/2007
 
Archive Date
6/27/2008
 
Small Business Set-Aside
Total Small Business
 
Description
DINOSAUR N.M. LOW WATER CROSSING PRE-CAST CONCRETE CULVERTS RFQ: Q1402072138 (1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are hereby being requested and a separate written solicitation will not be issued. (2) The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter whose quotation provides the best value to the Government, for pre-cast concrete box culverts. (3) The proposed contract is 100% set-aside for Small business concerns. All responsible Small businesses may submit a quotation which shall be considered by the National Park Service (NPS). (4) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. (5) Solicitation #:Q1402072138. This solicitation is issued as a Request for Quote. (6) NAICS code: 327390; Small business size standard 500 employees. (7) Contract Line Items: Contract line item 0001: supply pre-cast concrete box culvert(s), per specifications provided in the following scope of work, and delivering FOB Destination, to a location within the Maintenance Yard (address and directions provided in the scope of work). (8) Provisions and clauses noted below may be accessed at http://www.arnet.gov/far. (9) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; quotes shall contain the following: a) contractor provided information that responds to the non-price evaluation factors noted in paragraph 13, b) price proposal for contract lines noted in (7) above, c) completion of provision 52.212-3 as noted by paragraph 15 below. (10) Quoters shall mail their quotations to Joe Gatlin at 12795 W. Alameda Parkway, Lakewood, CO 80228. Quotes shall be submitted to insure arrival at the mailing address noted by 2:00 pm local time, Lakewood, Colorado, July 19, 2007. Please mark outer envelope as "DINO CULVERTS". The anticipated award date is on or about Friday, August 3, 2007. (11) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. (12) The Government will award a contract resulting from this solicitation to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government. The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. No preference will be given for exceeding the acceptability standards. (13) Non-Price Evaluation Factors: Past Performance Past Performance is a measure of the degree to which a contractor has satisfied its customers in the past. The NPS will evaluate past performance based on contacting references provided by the contractor, the Government's knowledge of quoters past performance, and / or references obtained from any other source. Quoters shall provide a list of five past contracts / projects, completed within the last three years, which they consider similar in nature. Past Performance evaluations will be conducted by evaluating numerical responses from past contract sources. The past performance evaluations will not be rated on a pass/fail basis as are the criteria for technical capability, and will determine the competitive placement among quoters for past performance ranking. (14) Evaluation Process: All quoters will be evaluated on a Pass or Fail basis in meeting the following performance specifications for technical capability. A quoter must receive a pass on all designated criteria listed below. All quoters who pass all technical criteria will then be placed in the pool for examination of quoted price. The quoter who provides the lowest price and is determined to be technically acceptable, will receive this award. The technical areas that must be met through preparation and sending of submittals, prior work experience, or any other written evidence to prove past performance in these areas are as follows: A. Ability to meet AASHTO and ASTM Standards and ACI 318. B. Ability to provide watertight joints, and keyed ends. C. Ability to provide concrete material properties meeting ASTM C150, Type I- II, 4000 psi @ 28 days. D. Ability to provide steel reinforcement rebar properties meeting ASTM A- 6115, Grade 60, Welded wire Fabric, ASTM A-185 Grade 65. (15) Quoters shall complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (16) The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.206-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.225-15, and 52.232-29. (17) For information and or any questions regarding this solicitation contact: Joe Gatlin at joseph_gatlin@nps.gov. (18) Delivery Schedule: Delivery is expected FOB Destination within 60 days of contract award. (19) Description of the requirement and place of delivery & acceptance: A) Description: The awarded vendor shall provide pre-cast concrete box culvert(s), per the specifications identified in this scope of work, and delivered to the address as specified below. B) Location: Delivery will be made to 4545 E. Highway 40, Dinosaur, Colorado 81610. The delivery contact person will be identified at the time of award. Shipping charges must be quoted F.O.B. Destination. (20) PARK REQUIREMENTS None (21) SUBMITTALS Each quoter shall provide with their quotation, all information as requested in items 9 through 15, and all product specifications, proposed design details and drawings. (22) PAYMENT Payment will be made at the contracted unit price. NOTE: Due to formatting controlled upon submission by Fed Biz Ops, the original formatting of this document may become distorted or difficult to read. This announcement may be requested in Microsoft Word or hard copy format by contacting Joe Gatlin at 303-969-2660 STATEMENT OF WORK: PRECAST CONCRETE BOX CULVERT(S) Low Water Crossing - Echo Park Road, Dinosaur National Monument, Colorado DINO, PMIS 76249 PROJECT REQUIREMENTS and SCOPE OF WORK 1. PROJECT REQUIREMENTS: 1 .1 Project Location: Dinosaur National Monument is located east of Vernal, Utah and west of Craig, Colorado. Mailing address is 4545 E. Highway 40, Dinosaur, Colorado 81610. The work in this contract consists of supplying pre-cast concrete box culvert(s) and delivering to a location within the Maintenance Yard. A. The pre-cast concrete culvert(s) will be placed to intersect Pool Creek. The mean precipitation for the area is 6.707 inches a year. The area of watershed is approximately 21.46 square miles. Pool Creek runs year round. Using Q5*=2.84 (A).674 (P).833, the flow rate for a 5 year event has been calculated at 110 cubic feet per second. *From USGS, Analysis of the Magnitude and Frequency of Floods in Colorado, Water-Resources Investigations Report 99-4190. 1 .2 Construction Program: The work of this contract consists of the construction of pre-cast concrete box culvert(s), per the specifications identified in this scope of work, and delivered to the Yampa District Maintenance Yard in Dinosaur National Monument. Installation will be preformed by the Government. 2. SCOPE OF WORK: 2 .1 Schematic Design: See attached pictures, site plan and general layout. 2 .2 Design Specifications: A. Shape: Segments shall be four-sided box sections with open ends monolithically cast of reinforced concrete. The inside surface shall be smooth so as to not restrict flow through the completed installation. B. The inside area of the pre-cast concrete box culvert(s) shall roughly equal 110 square feet. Inside height of the culvert(s) shall not exceed 3.5 feet. Width of the crossing is approximately 30 feet. Length is approximately 20 feet. The steam flows at roughly a 60 degree angle to the roadway. Each culvert(s) section, including wing walls, shall be cast in such a way that they are easily transported by a dump truck or low boy and can be positioned in place using a tracked excavator that has a maximum lifting capacity of 6 tons, or 12,000 lbs. C. Minimum concrete thickness of 6" is required. D. The pre-cast concrete box culvert(s) shall be constructed from reinforced concrete in accordance to AASHTO and ASTM Standards for Pre-cast Reinforced Concrete Box Sections for Culverts, Storm Drains and Sewers and the most recent ACI 318. E. Vertical dead load shall consist of the entire weight of the structure and include a HS-20 Vehicle live load with very limited earthen cover. F. Horizontal loads shall be calculated based on hydrostatic pressure created from a flow of 285cfs for a 25 year event and assuming a water level 6 feet above the finished surface. Include debris build up and a safety factor of 2.0. G. Material Properties: Concrete; ASTM C150, Type I - II, 4000 psi @ 28 days. Steel Reinforcement; Rebar - ASTM A-615, Grade 60, Welded Wire Fabric - ASTM A-185 Grade 65. H. Joints: Each section shall have a male and female end with not less than 4 inch overlap. Each section shall have a pre-placed closed cell rubber gasket cemented to the joint surface. I. Supply assembly hardware for lifting and drawing sections together. J. Features shall include water-tight joints, keyed ends and wing walls. 2 .3 SUBMITTALS: A. Specifications and basic details of the pre-cast concrete box culvert(s) meeting the requirements of this section for approval by the Contracting Officer. Including, but not limited to, shop drawings to be stamped by a registered professional engineer and accompanied by design calculations. B. Mix design and testing documentation of the concrete. C. Description of installation procedures. 2 .4 EXECUTION A. INSTALLTION: Park to install Pre-cast Concrete Box Culvert(s) in accordance to the Manufacturer's recommendations. 2 .5 MEASUREMENT AND PAYMENT: A. The measurement for the pre-cast concrete box culvert(s) will be the exact quantities as specified per the awarded order. Payment will be made per the awarded item prices. Due to space and program limitations, DRAWINGS COULD NOT BE ATTACHED TO THIS SYNOPSIS. Please contact Joe Gatlin at joseph_gatlin@nps.gov or 303-969-2660 to request the drawings.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2560749)
 
Place of Performance
Address: Dinosaur National Monument 4545 E. Highwayt 40 Dinosaur CO 81610
Zip Code: 816109724
Country: US
 
Record
SN01330669-W 20070630/070628231544 (fbodaily.com)
 
Source
FedBizOpps 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.