Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

E -- CROOKED RIVER TRAIL BRIDGE

Notice Date
8/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
Department of Agriculture, Forest Service, R-4 SW Idaho/Nevada Acquisition Office, 1249 S. Vinnell Way, Suite 200, Boise, ID, 83709, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-0261-S-07-7001
 
Response Due
9/7/2007
 
Archive Date
3/31/2008
 
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. The announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This is a request for quotations No. AG-0261-P-07-7001; quotation due date is SEPTEMBER 7, 2007, 4:30pm. The solicitation documents and incorporated provisions and clauses area those in effect through Federal Acquisition Regulations 2001-12. NAICS: 237310. Size Standard: $28.5 Million. PART 1 SCHEDULE, SECTION B SUPPLIES OR SERVICES AND PRICE COSTS. CONSTRUCTION AND SUPPLY OF A STEEL AND WOOD CROOKED RIVER TRAIL BRIDGE, on the Idaho City Ranger District, Boise National Forest, as per attached specifications and Government Terms and Conditions. ITEM 1 STEEL PORTION OF TRAIL BRIDGE, LUMP SUM $______________. ITEM 2 WOOD PORTION OF TRAIL BRIDGE, LUMP SUM $_______________. Multiple awards may be made from this solicitation. I. GENERAL SPECIFICATIONS ITEM 1. C.1 Scope of Contract. The project will consist of construction and delivery of the steel portion of the Crooked River bridge, per the attached specifications. All wood components including abutments, decking, rail system and associated hardware, may be supplied by others. The contractor shall unload materials at the project location. The Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies and shall perform all work required to complete the project as shown on the plans, shown on the manufacturers shop drawings, and as described in the Standard Specifications (FP-03) and Forest Service Supplemental Specifications (FSSS). On sheet 4 of 8 of the plans, the cross bridging indicated in the Typical Section Through Bridge will be constructed with 3ftX3ftX1/4ft steel. GENERAL SPECIFICATIONS ITEM 2. C.1 Scope of Contract. The project will consist of construction and delivery of all wood components including abutments, decking, rail system and associated hardware portion of the Crooked River bridge, per the attached specifications. All steel components may be supplied by others. The Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies and shall perform all work required to complete the project as shown on the plans, shown on the manufacturers shop drawings, and as described in the Standard Specifications (FP-03) and Forest Service Supplemental Specifications (FSSS). ITEMS 1 AND 2. C.2 Project Location. The project is located in Township 7N, Range 4E, Section 14 NW quarter of NE quarter Boise County, Idaho. The project site can be reached by taking State Highway 21 approximately 56 miles north from Boise, Idaho to the junction Whoop-um-up parking lot. C.3 List of Specifications. The Standard Specifications for this project are contained within the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects FP-03 U.S. Customary Units. Copies of this document are available on-line only at the Federal Highway Administration web site at http://www.wfl.fha.dot.gov/design/specs/fp03.htm in either Microsoft Word .doc or Adobe Acrobat .pdf format. Supplemental Project Specifications included in full text in Section J of the contract amend, supplement, or replace the Standard Specifications. Standard Specifications (FP-03) and Forest Service Supplemental Specifications (FSSS) contained in the following list are applicable to this contract. All specifications not included in the specification listing but referenced by listed specifications are applicable. FP-03 101, Terms, Format, and Definitions; FSSS 101, Terms, Format, and Definitions; FSSS 102, Bid, Award, and Execution of Contract; FP-03 103, Scope of Work; FSSS 103, Scope of Work; FP-03 104 Control of Work; FSSS 104, Control of Work; FP-03 105, Control of Material; FSSS 105, Control of Material; FP-03 106, Acceptance of Work; FSSS 106 Acceptance of Work; FP-03 107, Legal Relations and Responsibility To the Public; FSSS 107, Legal Relations and Responsibility To the Public; FSSS 108, Prosecution and Progress; FP-03 109, Measurement and Payment; FSSS 109, Measurement and Payment; FP-03 151, Mobilization; FP-03 152, Construction Survey and Staking; FSSS 152, Construction Survey and Staking; FP-03 154, Contractor Sampling and Testing; FSSS 154, Contractor Sampling and Testing; FSSS 155, Schedules for Construction Contracts; FSSS 156, Public Traffic; FP-03 157, Soil Erosion Control; FSSS 157, Soil Erosion Control; FSSS 171, Weed and Disease Prevention; FP-03 201, Clearing and Grubbing; FSSS 201, Clearing and Grubbing ; FP-03 203, Removal of Structures and Obstructions; FSSS 203, Removal of Structures and Obstructions; FP-03 204, Excavation and Embankment; FSSS 204, Excavation and Embankment; FP-03 208, Structure Excavation and Backfill For Selected Major, Structures; FSSS 208, Structure Excavation and Backfill For Selected Major Structures; FP-03 308, Minor Crushed Aggregate; FSSS 308, Minor Crushed Aggregate; FP-03 552, Structural Concrete; FSSS 552, Structural Concrete; FP-03 625, Turf Establishment; FSSS 625, Turf Establishment; FSSS 648, Stream Simulation Rock; FP-03 705, Rock; FSSS 705, Rock. NOTE: Bidders are cautioned to carefully review these Standard and Supplemental Project Specifications prior to submission of bids. All specifications in the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects FP-03 U.S. Customary Units are binding on the parties signing the contract, including any that may be omitted above. C.4 AGAR 452.211-73 Attachments to Statement of Work/Specifications (FEB 1988). The attachments to the Statement of Work/Specifications listed in Section J are hereby made part of this solicitation and any resultant contract. C.5 Technical Requirements. All items shown or noted on plans, which are not specifically bid items, are considered indirect payment items, per FP-03, Section 109.05(b). The cost of furnishing and installing all indirect payment items will not be paid for separately, but shall be included in the unit price bid for other items unless noted otherwise. C.6 Order of Precedence Construction. Any inconsistency in this solicitation or contract shall be resolved by giving precedence in the following order: Bid Schedule; Representations and other instructions; Contract clauses; Other documents, exhibits, and attachments, Forest Service Supplemental Specifications(FSSS); Standard Specifications(FP-03); (a) Plans, figured dimensions over scaled dimensions; (b) Plans, large scale contract plans over small scale contract plans; (c) Schedules on contract plans over any conflicting notations on contract plans; Shop drawings. II. EVALUATION FACTORS. Evaluation of quotes will include consideration of information provided by Contactors: 1) past experiences on similar projects, 2) past performance, and 3) prices. 1. Experience: Identify experience your company and key personnel have had in the past three years doing similar projects. 2. Past Performance: Address specific performance failures, quality, timeliness, and working relationships with the Government. Information provided on the experience questionnaire will be used to verify this information. 3. Price: Complete all items in the Schedule of Items. Only these factors listed will be evaluated. Contractors are advised to provide a complete response. VII. CONTRACT AWARD. Award may not necessarily be made to the Contractor submitting the lowest quote. Award will be made to the firm with the best value considering the evaluation criteria listed. The Government reserves the right to make cost/technical tradeoffs that are in the best interest of the Government. Award may be made without further negotiation. Quotes should be submitted initially at the most favorable price. The following FAR clauses apply to this acquisition: 52.212 1, Instructions to Offerors, Commercial Item; 52.212 2, Evaluation, Commercial Item, paragraph a) the evaluation criteria will be delivery date and price; 52.212 3, Offeror Representations and Certifications, Commercial Item; 52.212 4, Contract Terms and Conditions, Commercial Item; 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Item; 52.216-27, Single or Multiple Awards; 52.249 8 (4/84), Default (Fixed price Supply and Service). Quotes shall include a total price for each item. 52.219-9, Small Business Subcontracting Plan; 52.219-14, Limitations on Subcontracting; 52.225-1, Buy American Act; 52.232-33, Payment by Electronic Funds Transfer-Centra Contractor Registration. Quotes are due by close of business 09-07-07 at the SW Idaho/Nevada Acquisition Office, 1249 S. Vinnell Way, Ste 200, Boise, Idaho 83709. FAX quotes will be accepted at 208-373-4197. Contact Diana Early at 208-373-4134 for additional information. TAXPAYER IDENTIFICATION NUMBER (TIN) AND DUNS NUMBER TIN: ___________________________ DUNS NO. ___________________________ CONTRACTORS ARE REQUIRED TO COMPLETE CENTRAL CONTRACTOR REGISTRATION (CCR) AND ORCA (ANNUAL REPRESENTATIONS AND CERTIFICATIONS) ON WEBSITE http://www.bpn.gov/ PRIOR TO CONSIDERATION FOR AWARD OF ANY CONTRACTS WITH THE GOVERNMENT. REFER TO SECTION I, CENTRAL CONTRACTOR REGISTRATION CLAUSE, FAR 52.204-7 AND SECTION K 52.204-8. ANNUAL REPRESENTATIONS AND CERTIFICATIONS. FIRE PRECAUTIONS. This plan outlines the channels of responsibility for fire prevention and suppression activities and sets up an attack procedure in the event of fire within the Project Area. The Project Area is defined as that area which is in and adjacent to the project rights-of-way and work areas and all roads used in connection with the work. I. Responsibilities A. Contractor-Fire Suppression 1. It is understood and agreed that the Contractor will do all in his/her power to prevent and suppress fires on or adjacent to the Project Area, as stipulated in the contract. 2. Responsible for and will direct all fire activities on the project until relieved by a Forest Officer and will insure that prevention and suppression actions are in accordance with contract requirements, including this fire plan. Contractor shall delegate the next highest in authority on the job to be responsible for the above activities when he/she is not on the project. 3. In line with this agreement, individuals will be supplied from the Contractor's crews to fight fires on the project area up to the total number of individuals employed by the Contractor as they are needed by the Fire Boss. The Forest Service will make every effort to avoid calling on the Contractor for action on fires outside the contract project area except in emergencies and will call out all needed available help to control fires in the general area. 4. The Contractor insures that this Fire Plan will be complied to for the duration of the contract. B. Forest Service District Ranger 1. Responsible for all fire activities on the Ranger District on which the contract project is located. District Ranger's representative will discuss the fire plan with the Contractor including needed equipment and action to be taken when a fire occurs. Will notify the Contractor through the Contracting Officer's Representative (COR) to take correction measures when fire requirements are in compliance. II. Contractor's Responsibility When Fire Occurs Within the Contract Project Area. A. Immediately send the entire contract crew with tools and equipment to the fire and take initial-attack suppression action. B. Immediately notify the nearest Forest Service Fire Control Officer or other Forest Service employee of fire location and action taken. C. Designate a person to act as dispatcher who will handle messages and initiate action upon request until relieved. III. Contractor Furnished Manpower, Tools, and Equipment Required on all Contracts During Fire Season A. The Contractor shall furnish to the COR a list of manpower and equipment used on the contract on forms furnished by the Forest Service. Changes in Contractor's personnel shall be reflected in amendment to the list. Smoking: Prohibited in the woods during the fire season, May 10 - October 20, except in areas agreed upon by the Contractor and COR. No smoking is permitted while walking or working in the woods. Refueling Chainsaw/Soil Auger: Refueling will be confined to a six-foot diameter cleared to mineral earth. Chainsaws/soil auger spark arresters shall be U.S. Forest Service approved, and will be cleaned daily. A size "O" or larger round-pointed shovel with a minimum of a 38-1/2-inch handle and a fire extinguisher shall be within 10 feet of actual point of chainsaw/soil auger operation. Burning, Blasting, or Welding: Permit will be required and will contain special stipulations pertinent to the particular job. Spark Arresters: All internal combustion power equipment used by the Contractor on the project shall be equipped with an approved spark arrester as set forth in the publication of the USDA Forest Service, entitled "Standard 5100-1a for Spark Arresters for Internal Combustion Engines" as amended under date of July 1970, and be listed in the most recent "Spark Arrester Guide" as having been approved as meeting above standard. They shall be cleaned regularly and maintained in satisfactory working condition. The following are exempt from the requirements of the rule: (a) turbo-charged internal combustion engines in which 100 percent of the exhaust gasses pass through a turbo-charger; (b) engines of passenger carrying vehicles and light trucks equipped with a muffler with baffles that are kept in good repair (glass packs are not an approved muffler for wildland work); (c) water pumping equipment used in firefighting. Spark arrester shall comply with all State and Federal fire requirements. Lunch and Warming Fires: Cooking and warming fires will not normally be permitted and then only by written permit by the COR which contains stipulations regulating use of such fires. Hand Tools: The Contractor shall furnish one size "O" shovel (38 1/2 inch handle minimum) or larger, one axe or pulaski with 26 inch handle or larger, one 5 BC or larger rated pressurized fire extinguisher for each truck, each personal vehicle, each tractor, and each grader. For each welder he shall furnish on size "O" shovel and one backpack pump. For each gasoline power tools (power saw, soil auger, etc.), one shovel (38 1/2 inch handle minimum) and one 8 ounce or larger BC rated chemical-pressurized fire extinguisher. Contractor shall also furnish any other equipment called for elsewhere in the contract. The shovel and fire extinguisher will be located within 10 feet of the operating chainsaw/power auger. Storage and Parking Areas: Equipment service area, parking area, and gas and oil drum storage areas will be cleared of all flammable material for a radius of at least fifty feet. These areas must be approved in writing by the COR in advance of use. Small stationary engine sites shall be cleared of flammable material for a radius of at least five feet from such engine. Fire Tool Box: A red fire toolbox will be required to be on each work site while work is being performed. This fire toolbox will contain sufficient tools to equip all persons engaged in Contractor's operation. Fire tools shall be used only for suppressing wildfires. Tools shall be stored in fireboxes provided by the Contractor and readily available to employees. Each toolbox shall be marked "Tools for Fire Only". The COR will inspect the fire toolbox and then seal the box. LOOK FOR FILE OF 8 PAGES OF DRAWINGS AND MAPS
 
Place of Performance
Address: Idaho City Ranger District, Boise National Forest
Zip Code: 83631
Country: UNITED STATES
 
Record
SN01388796-W 20070831/070829220502 (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.