Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

54 -- Design, Contruct, and Install Pre-Fabricated Steel Footbridge, Wichita Mountains Wildlife Refuge, Indiahoma, Oklahoma

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracting and General Services U.S. Fish & Wildlife Service PO Box 1306, Room 5108 Albuquerque NM 87103
 
ZIP Code
87103
 
Solicitation Number
201817Q052
 
Response Due
9/14/2007
 
Archive Date
8/30/2008
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation issued by the U.S. Fish and Wildlife Service, Region 2, Albuquerque, New Mexico for commercial items 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; quotes are being requested and a written solicitation will not be issued. Solicitation No. 201817Q052 is issued as a Request for Quotes. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-27. The clauses and provisions referenced in this solicitation can be found in full text format at http://www.arnet.gov/far. This solicitation is 100% Set Aside for Small Business. The contract type will be firm fixed price. The associated NAICS Code is 332312 and the small business size standard is 500 employees or less. The contract price magnitude for this project is between $25,000 and $100,000. The Department of Labor Wage Determination that applies to this procurement: OK070001, Dated 02/09/2007. The full text of the above wage determination may be obtained at www.wdol.gov. SPECIFICATIONS/STATEMENT OF WORK PART 1 - GENERAL 1.1 PROJECT DESCRIPTION A. Perform the following work at the Sunset Picnic Area at Wichita Mountains Wildlife Refuge, approx. 12 miles Northwest of Cache, Oklahoma. 1. Design, construct, and install one (1) pre-fabricated bridge including cast-in-place or pre-fabricated abutments over Headquarters Creek. 1.2 REQUIREMENTS A. Bridge and abutment systems shall have the following characteristics and properties: 1. Single bridge span length, center to center of bridge bearing, for each bridge: 85 feet. 2. Bridge inside clear deck width: 6 feet. 3. Style: open truss modified bow or appropriate design for required span. 4. Railings, handrail, and toe plate in accordance with Uniform Federal Accessibility standards (UFAS) and Uniform Building Code. 5. Uniform live load: 60 pounds per square foot of deck area (pedestrian loading) 6. Wind load: minimum To be determined by bridge manufacturer. 7. Service life (with routine maintenance): 50 years minimum 8. Finish: a. Structural members: weathering steel. b. Decking: floor to be deck covered with reinforced light weight concrete. 9. Manufacturer's Qualifications: Manufacturer shall be certified by American Institute of Steel Construction (AISC) to have the personnel, organization, capability and experience to produce fabricated structural steel for simple bridge structures as set forth in the AISC Certification Program. Acceptable manufacturers include, but are not limited to: a. Contech Bridge Solutions. b. Echo Bridge Inc. c. Wheeler Consolidated, Inc. 1.3 UTILITIES A. Power and potable water for construction is not available at the site. The Contractor shall make all arrangements to provide power and water if needed for its operations. Non-potable water is available at no charge from various natural sources at the site. The Contractor shall make all arrangements to provide non-potable water from these sources. Access to lakes and streams for non-potable water shall be coordinated with and is subject to approval by the Refuge Manager. 1.4 USE OF PREMISES A. Access to the work site is restricted due to project location within sensitive area. Contractor activities are limited to Refuge hours of work: 7:30 a.m. to 4:30 p.m, Monday through Friday. Work is not to be permitted on weekends or Federal holidays without prior approval by Refuge Manager. 1.5 QUALITY ASSURANCE AND TESTING A. The Contractor will arrange for quality assurance testing by an independent certified testing laboratory at its own expense. Provide copies of all test results to the onsite Government Inspector and Contracting Officer's Representative within 5 working days. 1.6 CONTRACT SUBMITTALS A. Construction plans indicating materials, methods, and details, and signed and sealed by registered professional engineer. Submit to Contracting Officer's Representative for approval before commencing site work. B. Product data for pre-fabricated bridge system. C. Structural analysis data signed and sealed by the qualified registered professional engineer responsible for their preparation. D. Field test reports to support compliance with code requirements including soil tests and concrete property and strength tests (when cast-in-place concrete is used). PART 2 - PRODUCTS NOT USED - product information described above in Part 1 or provided by Contractor. PART 3 - EXECUTION 3.1 COMPLIANCE A. Comply with specified codes and standards, and follow approved construction plans to ensure safe and satisfactory project completion. 3.2 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified independent testing and inspecting agency to perform field tests and inspections and to prepare test reports. 3.3 WARRANTY A. The manufacturer shall provide a warranty against defects in material and workmanship for a period of ten years. SITE VISITS: Contact Jeff Rupert, Refuge Manager, Wichita Mountains Wildlife Refuge, Ph: 580-429-3221/3222 to make arrangements for a site visit. PERFORMANCE TIME: 90 days after receipt of Notice to Proceed. BASIS OF AWARD: Award will be maded based on a best value analysis to include price and past performance. Quoters should include past performance information along with their quote by using bidder's questionnaire below. SUBMISSION REQUIREMENTS: Quotations signed by an official authorized to bind the organization shall be submitted on company letterhead for: 1 Lump Sum $______________________ Quotes are due Friday, September 14, 2007 by 2:00 pm local time to Lisa Rodriguez, Contracting Officer, U.S. Fish and Wildlife Service, 500 Gold Avenue SW, Room 5108, Albuquerque, New Mexico 87102. Fax quotes or e-mail quotes will not be accepted. Payment under this contract will be made by electronic funds transfer. Any contractor interested in participating in this acquisition MUST be registered in Central Contractor Registration (CCR) at www.ccr.gov before purchase order is issued. The provision at 52.212-2, Evaluation - Commercial items, applies to this acquisition. All provisions and clauses may also be accessed electronically at http://www.arnet.gov.far. The FAR Provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The FAR 52.212-2, Evaluation of Commercial Items applies. Quoter shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. The additional FAR Clauses that apply to this acquisition are: The FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this solicitation and the following addenda are added: FAR 52.247-34 F.O.B. Destination, The FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items applies to this solicitation, and the following additional FAR Clauses cited in the clause are applicable to this solicitation; 52.219-6, Notice of Total Small Business Set-Aside. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005). 52.222-43, Statement of Equivalent Rates for Federal Hires. 52.252-2 FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES CLAUSE TITLE 52.212-01 Instructions to Offerors Commercial Items 52.212-02 Evaluation Commercial Items 52.222-06 Davis Bacon Act 52.211-10 Commencement, Prosecution, and Completion of Work 52.212-04 Contract Terms and Conditions ? Commercial Items 52.212-05 Contract Terms and Conditions Required to Implement Statutes Executive Orders-Commercial Items. 52.219-8 Utilization of Small Business Concerns 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-41 Service Contract Act of 1965, as Amended 52.236-5 Material and Workmanship 52.236-7 Permits and Responsibilities 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvement 52.236-12 Cleaning Up 52.236-15 Schedules for Construction Contracts 52.203-5 Covenant Against Contingent Fees 52.203-7 Anti-Kickback Procedures 52.216-24 Limitation of Government Liability 52.216-25 Contract Definitization 52.223-13 Certification of Toxic Chemical Release Reporting 52.223-14 Toxic Chemical Release Reporting 52.223-15 Restrictions on Certain Foreign Purchases 52.232-5 Payments under Fixed-Price Construction Contracts 52.232-27 Prompt Payment for Construction Contracts 52.233-2 Service of Protest 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.236-28 Preparation of Proposals Construction 52.244-6 Subcontracts for Commercial Items R2-036 Questionaire of Bidder's Responsibility Offeror's Name, Address: Telephone #: ___________________________ ___________________________ Facsimile #: ___________________________ ___________________________ ___________________________ E-mail Address: _________________________________________________ Dun and Bradstreet (DUNS) #:_______________________________________ (call 1-888-814-1435 or website "www.dnb.com/eupdate to obtain a number) How long in present business? ________________________________________________ Type of Organization: [ ] Individual [ ] Individual doing business as a Firm [ ] Partnership [ ] Joint Venture [ ] Corporation, Incorporated under the laws of the State of _________ [ ] Non~Profit Organization Names of Officers, Owners, or Partners: Owners or Partners: ________________________________________________ President: _____________________ Vice President: ___________________ Treasurer: _____________________ Secretary: _______________________ Individuals and their telephone numbers authorized to sign bids, offers, and contracts in your name: 1. ________________________________________________________________ 2. ________________________________________________________________ Bonding Company: Telephone number and point of contact for Bonding company. Not applicable for this action Financial Position: Net Worth: ____________________ Date: ________________ Name, address. telephone number, account number, and point of contact for Financial Institutions that you do business with: ________________________________________________________________________ ________________________________________________________________________ Amount of money Available and set aside purchasing supplies and paying employees until first payment is received under this contract $____________________________________ WORK PERFORMANCE: Current Projects of similar magnitude: Contact Person/Tel. # Type of Project $ Amount 1.________________________________________________________________________ 2. ________________________________________________________________________ 3. ________________________________________________________________________ Past Projects completed during the past three years. (Preferably Government Type - (Federal, State, County): Contact Person/Tel. # Type of Project $ Amount 1. ________________________________________________________________________ 2. ________________________________________________________________________ 3. ________________________________________________________________________
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144852&objId=374542)
 
Place of Performance
Address: U.S. Fish and Wildlife Service, Wichita Mountains Wildlife Refuge, Indiahoma, Oklahoma (Comanche County, OK).
Zip Code: 73552
Country: USA
 
Record
SN01392550-W 20070902/070831222310 (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.