Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
MODIFICATION

E -- CROOKED RIVER TRAIL BRIDGE

Notice Date
8/30/2007
 
Notice Type
Modification
 
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
MAJOR CHANGES 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. FABRICATE 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 $______________. Multiple awards may be made from this solicitation. 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 fabricate 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 Government shall unload materials at the project location. The Government will require 48 hour notice before delivery. 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 manufacturer?s shop drawings. On sheet 4 of 8 of the plans, the cross bridging indicated in the Typical Section Through Bridge will be constructed with 3 inch X3 inch X 1/4 inch steel. II. GENERAL SPECIFICATIONS ITEM 2. C.1 Scope of Contract. The project will consist of fabricate 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 Government shall unload materials at the project location. The Government will require 48 hour notice before delivery. 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 manufacturer?s shop drawings. ITEMS 1 AND 2. C.2 Project Location. The project site is at Boise National Forest, Lucky Peak Nursery, 15169 E Highway 21, Boise, ID 83716, 208-43-1977. C.3 List of Specifications. 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. The cost of furnishing 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, (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-Central Contractor Registration. Quotes are due by close of business 09-07-07at 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. EMAIL ME AT DEARLY@FS.FED.US TO GET A COPY OF THE PLANS AND MAPS
 
Place of Performance
Address: Idaho City Ranger District, Boise National Forest
Zip Code: 83631
Country: UNITED STATES
 
Record
SN01390307-W 20070901/070830220424 (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.