Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2008 FBO #2397
SOLICITATION NOTICE

56 -- Boat Dock Materials delivered to Del Rio, Texas

Notice Date
6/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, IMR - CHIC - CHICKASAW NATIONAL RECREATION AREA 1008 West 2nd Street (580) 622-7204 Sulphur OK 73086
 
ZIP Code
73086
 
Solicitation Number
N7100080016
 
Response Due
7/16/2008
 
Archive Date
6/17/2009
 
Point of Contact
Rosalind G. Sorrell, (580) 622-7204 Contract Specialist 5806227204 rosalind_sorrell@nps.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as Request for Proposal (RFP) No. N7510080021. The FAR clauses and provisions enclosed within are those in effect through Federal Acquisition Circular (FAC) 2005-25. FAR clauses and provisions are available through Internet access at www.acqnet.gov/far. This solicitation is 100% small business set-aside. The North American Industry Classification System (NAICS) code is 332312. The small business size standard is 500 employees. A firm fixed price contract will be awarded for these Commercial Items. This acquisition is for the following materials to be used in repairing boat docks.COMPONENT SPECIFICATIONS: GENERAL:I. All work shall conform to the minimum standards of the following codes: a) 2006 International Building Code (IBC)b) ASCE 7-05 "Minimum Design Loads for Buildings and Other Structures" c) ASCE manuals and reports on Engineering Practice No. 50 "Planning and Design Guidelines for Small Craft Harbors."d) American Institute of Steel Construction (AISC)e) American Welding Society, Inc. (AWS)2. Specifications, codes and standards noted shall be of the latest approved issue, including supplements, unless noted otherwise. STANDARD DESIGN CRITERIA:1. 2006 International Building Code (IBC).2. Design Loads: A. Dock Trusses 1. Live Loadsa) Dock Members = 40 PSFb) Gangways = 40 PSF - 100 PSFc) Approx. Buoyance Live Load Capacity = 25 PSF (8" frame)d) Approx. Buoyance Live Load Capacity = 15 PSF (12" frame)2. Dead Loadsa) Dock Frame & Decking = 15 PSFb) Dead Load Free-Board = 17" (8" truss frame)c) Dead Load Free-Board = 19" (12" truss frame)3. Live Loads, Dead Loads, and Free-Board may be adjusted by floatation layouts and sizes. DOCK FRAME AND STRUCTURE:1. Shall be hot dipped galvanized or polyurea coated steel.2. Plates, channels, angles and bars shall conform to ASTM A36.3. Tube-shapes shall conform to ASTM A500, Grade B.4. Pipe shall conform to ASTM A53, Grade B.5. Provide E70XX electrodes for all welds, in accordance with AWS D1.4.6. All structural steel shall be detailed, fabricated and erected in accordance with the AISC code of standard Practice (1986).7. All steel bolts, nuts, washers, etc. shall be A307 (minimum) galvanized steel, U.N.O.8. All hardware and connecting devices shall be corrosion resistant.9. Splicing of steel members, unless shown on the drawings, is prohibited without written approval of the engineer. DECKING:1. Decking material shall be moistureshield (or equal) composite decking with UV inhibitors. All-weather decking to be 1.25"X5.5" (minimum) in dimensions. Decking will cover the entire frame with 0.25" gaps between boards.2. Decking shall be skid resistant under dry and wet conditions. Decking shall be non-glare, decay resistant, and provide a safe comfortable walking surface.3. The decking shall be supported at 16" O.C. maximum spacing and fastened at each support with (2) 12x24 2.5" plated self-drilling deck screws. The screws are to be located 1" from the side edge of the screw head shall be flush or countersunk into the decking. FLOATATION UNITS:A. Floatation units shall be rotomolded form polyethylene.B. The floats shall be filled with expanded polystyrene "EPS". The EPS shall not absorb more than (3) lbs. per cubic foot at (7) days as measured by the "Hunt Absorbtion Test".C. The flotation units shall be designed to maintain their desired buoyancy and freeboard even if the polyethelene shells are damaged.D. Floatation units shall be so designed and constructed to prevent deterioration from petroleum products, detergents, animals, marine life, impact, physical debris and driftwood.E. Flotation units shall be connected to the dock frame with a minimum of (4) " diameter bolts. Delivery by September 30, 2008 to Amistad National Recreation Area, HCR3, Box 5J, Del Rio, Texas 78840 Offeror schedule pricing shall be provided on plain bond paper with company identification clearly visible. All prices listed must include shipping, i.e. F.O.B. Destination 1. Steel Truss Frame, Galvanized 10'l x 4'w x 12"h *: Qty 12 ea, unit price $______ = Total Price $______ 2. Truss Frame, Galvanized 20'l x 4'w x 12"h *: Qty 42 ea, unit price $_______ = Total Price $______ 3. Hex Head Bolt, Washers & Nut " x 1-1/2": Qty 800 ea, unit price $_______ = Total Price $______4. 5/4" x 6" x 12' Moisture Shield Composite Decking: Qty 600 ea, unit price $_______ = Total Price $______ 5. 8'l x 4'w x 12"h Float Drums: Qty 68ea, unit price $_______ = Total Price $______6. 10" Galvanized Cleats: Qty 36 ea, unit price $_______ = Total Price $______7. Rubrail 10' Lengths: Qty 69 ea, unit price $_______ = Total Price $______ 8. K&R #11 Marine Winch, Winch Stand & Fairleads: Qty 6 ea, unit price $_______ = Total Price $______Grand Total of all items 1 thru 8: $_____________ * All steel truss frames will be constructed for composite decking application the top of all frames will gaps not exceed 16" on center FAR 52.212-2, Evaluation-Commercial Items is applicable.The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price 2. Past Performance - timeliness in delivery Whereas price is more important than past performance. Offerors wishing to respond to this RFP should provide the office with the following: A price offer on company letterhead for the requested items using the bid schedule listed above AND a history of past performance with a minimum of 5 references listed. Offerors who do not provide past performance information will be considered non-responsive. Offerors must furnish company name, official point of contact name, DUNS number, TIN number, address, phone and fax number, email address. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following FAR provisions and clauses are applicable to this acquisition: These clauses can be accessed through the website http://www.acqnet.gov/far 52.212-1 Instruction to Offerors-Commercial Items52.212-2 Evaluation - Commercial Items52-212-3 Offeror Representations and Certifications - Commercial Item52.212-4 Contract Terms and Conditions - Commercial Items52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Item 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate 152.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration52.211-16 Variation in Quantity52.219-6 Notice of Total Small Business Set-Aside52.225-1 Buy American Act - Supplies52.225-13 Restrictions on Certain Foreign Purchases52.232-1 Payments52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration52.233-2 Service of Protest52.233-3 Protest After Award52.233-4 Applicable Law for Breach of Contract Claim52.243-1 Changes - Fixed Price52.244-6 Subcontracts for Commercial Items52.246-2 Inspection of Supplies - Fixed Price52.246-4 Inspection of Services - Fixed Price52.247-34 F.O.B. Destination Contractors are required to be registered in the Central Contract Registration (CCR) government system prior to award to be eligible for government contract - the link can be found at http://www.ccr.gov. Contractors are required to be provide representations and certifications online at https://orca.bpn.gov All questions for this solicitation must be either faxed to Rosalind Sorrell at 580/622-2296 or emailed to rosalind_sorrell@nps.gov. Offers are due 4 p.m. CDT, July 16 2008, and can be sent to National Park Service, Chickasaw National Recreation Area, 1008 West 2nd Street, Sulphur, OK 73086. Offers may be mailed or faxed to 580/622-2296. Call for confirmation of receipt of fax on 580/622-7204. All responsible sources may submit an offer which will be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d46437996d24c769d24a9130b621002e&tab=core&_cview=1)
 
Place of Performance
Address: Amistad National Recreation AreaDel Rio, Texas
Zip Code: 788409350
 
Record
SN01595146-W 20080619/080617222101-d46437996d24c769d24a9130b621002e (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.