Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

19 -- RECOVERY--19--ADA Compliant Fishing Dock

Notice Date
8/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Kansas City, US Army Engineer District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-09-T-1046
 
Response Due
9/1/2009
 
Archive Date
10/31/2009
 
Point of Contact
John Akin, 816-389-3665<br />
 
E-Mail Address
US Army Engineer District, Kansas City
(john.h.akin@usace.army.mil)
 
Small Business Set-Aside
N/A
 
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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this acquisition is W912DQ-09-T-1046 and it is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-32. The associated NAICS code for this project is 238990 and the business size standard is $14,000,000.00. This acquisition is not set aside; firms of all sizes can quote on this project. CONTRACT LINE ITEM NUMBERS 0001 Fishing Dock One floating fishing dock per the provided description and drawings in Attachment A. This CLIN will include all costs associated with all materials, delivery, and installation in accordance with the Statement of Work. Quantity 1 Unit of Issue Lump Sum FOB - Destination Deliver by 60 Days ADC Delivery to Clinton Lake Project Office, 872 N 1402 Rd, Lawrence, KS. 66049 STATEMENT OF WORK 1.General Description of Work: The U.S. Army Corps of Engineers Kansas City District is taking quotes on an ADA compliant 24ft. x 36ft partially covered fishing dock and ramp. The dock location is adjacent to Boat Ramp #7 in the Bloomington East Park at Clinton Lake. Bloomington East Park is located approximately 1 mile east of Clinton, Kansas. Location of the ramp and fishing dock will be marked by Clinton Lake Project Personnel. All shipping costs to the Bloomington East Park area shall be included in the bid. The successful vendor shall furnish all labor, equipment, and materials needed to successfully install the dock and ramp. The fishing dock must meet the following specifications: "24ft. x 36ft. platform. "8ft. x 20ft. open fishing area. "Roto-molded encased flotation. "Reinforced 2ft. x 2ft. pre-cast concrete decking. "2 x 6 and 2 x 8 treated banding board. "12 galvanized substructure with 3 x 3 vertical angles at section connections. "Roof dimensions 27ft. x 28ft. with 12ft. eave height. "2 columns, 2ft. eave overhangs, gable trim, 26 gauge roof panels "Roof panels will be saddle tan in color. "160ft. of 5/8 galvanized cable and turn buckles. "One 60ft. x 12 box truss stiff-arm. "One 3ft. x 4ft. stiff-arm float. "One 4ft. x 60ft. galvanized heavy duty ramp. "One 4ft. x 12ft. ramp float. "172ft. of 3-rail handrail to run full perimeter. "All components to be hot-dipped galvanized after fabrication. "Main concrete pier for ramp attachment will be approximately 12 x 5 x 4. "Stiff-arm pier will be 5 x 5 x 4. "Contractor is responsible for all excavation, concrete forming, concrete work, and metal reinforcement for the piers. "All features must meet UFAS accessibility standards for a floating dock. "Structure must meet specifications of the attached drawings provided by Long Branch State Park, Missouri (dock built by Galva-Foam). 2.Schedule: The successful vendor will complete, deliver and install the ADA fishing dock and ramp by 30 September 2009. 3.Protection of Existing Facilities and Works: The contractor shall be responsible for the protection of the work area from damage and upon completion shall leave the existing facility in a condition equal to that which existed when work began. All work, storage of materials, and construction equipment shall be kept within the limits of the areas designated by the Lake Project. 4.Pre-Work Conference: Lake Project Staff and Contractor shall attend a pre-work conference, no later than two weeks after contract has been awarded, at the Clinton Lake Project Office or via telephone to discuss the develop a mutual understanding of the requirements, schedule, and details of the work. 5.Project Superintendent: The project Superintendent identified by the Contractor at the pre-work conference shall be responsible for ensuring work completed is acceptable to the Government Inspector prior to demobilizing equipment and receiving payment for work completed. Quote will include cost of total materials, delivery and installation. APPLICABLE CLAUSES This Request for Quotation incorporates the following provisions and clauses. The full text clauses may be accessed electronically at http://www.arnet.gov/far/. -52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (MAR 2009) -52.204-7 Central Contractor Registration -52.204-11 American Recovery and Reinvestment Act Reporting Requirements (MAR 2009) -52.212-1 Instructions to Offerors Commercial Items (JUN 2008) -52.212-4 Contract Terms and Conditions Commercial Items (MAR 2009) -52.212-5, Alt. II Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2009) -52.222-3 Convict Labor (JUN 2003) -52.222-21 Prohibition of Segregated Facilities (FEB 1999) -52.222-26 Equal Opportunity (MAR 2007) -52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) -52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) -52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) -52.222-41 Service Contract Act of 1965 (JUL 2005) -52.222-50 Combating Trafficking in Persons (FEB 2009) -52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain ServicesRequirements (FEB 2009) -52.222-54 Employment Eligibility Verification (JAN 2009) -52.225-1 Buy American Act -- Supplies (JUN 2003) -52.226-6 Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) -52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration (OCT 2003) -52.233-3 Protest After Award (AUG 1996) -52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) -52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) Clause 52.222-41 and Wage Determination No. 2005-2307for Douglas County in Kansas are applicable only to the installation of the dock. THIS ACQUISITION WILL BE FUNDED USING AMERICAN RECOVERY AND REINVESTMENT ACT (ARRA) FUNDS. AS SUCH, ALL REPORTING REQUIREMENTS REQUIRED BY CLAUSES 52.203-15, 52.204-11, AND 52.212-5, ALT. II ARE IN FULL FORCE AND EFFECT. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their proposal in accordance with standard commercial practice (i.e. proposal form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; companys complete mailing and remittance addresses; any discount terms; DUNS number; and Taxpayer Identification Number. Award will be made to the quoter offering the lowest price technically acceptable. Any questions regarding this solicitation MUST be submitted by email to the point of contact below. In accordance with FAR 52.212-1(k), the prospective awardee shall be registered and active in the CCR database prior to award. If the contractor does not become registered in the CCR database in the time prescribed by the Contracting Officer (NLT closing date of this solicitation), the Contracting Officer will proceed to award to the next otherwise successful registered contractor. Contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. PROPOSALS ARE DUE NOT LATER THAN 14:00 (CST), 28 July 2009. YOU ARE ENCOURAGED TO SUBMIT PROPOSALS ELECTRONICALLY. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) must be submitted along with each quotation. The Government reserves the right to cancel this combined synopsis/solicitation. Electronic proposals are now being accepted via email at john.h.akin@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-09-T-1046/listing.html)
 
Place of Performance
Address: US Army Engineer District, Kansas City ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO<br />
Zip Code: 64106-2896<br />
 
Record
SN01914580-W 20090819/090818001347-3b9c5c135c86bae25eaffa1229bea284 (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.