Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2010 FBO #3193
SOLICITATION NOTICE

54 -- Modular Steel Bridges - R2 - BID Schedule

Notice Date
8/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
 
ZIP Code
80401
 
Solicitation Number
AG-82X9-S-10-0160
 
Point of Contact
Toinette P Cope, Phone: 7195531431
 
E-Mail Address
tcope@fs.fed.us
(tcope@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
BID Schedule This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number for this procurement is AG-82X9-S-10-0160 and is a Request for Quotation. Quotations must reference solicitation number. Submit written offers only; oral offers will not be accepted. USDA Forest Service (Region 2 Bark Beetle Project) intends to award a firm fixed-price contract for three modular steel bridges. The associated North American Industrial Classification System (NAICS) code for this procurement is 332312 Fabricated Structural Metal Manufacturing with a small business size standard of 500 employees. This requirement is a Total Small Business Set-Aside and only qualified offerors may submit bids. BID SCHEDULE - See attached bid schedule. DESCRIPTION OF WORK Fabricate and supply the USDA Forest Service with three modular variable length steel bridges and all necessary assembly and installation hardware, to include one set of erection and launching rollers. The bridges shall consist of two 30 foot bridges and one 70 foot bridge. In addition to the materials, each supplier shall furnish complete assembly instructions and technical drawings, and provide technical support to assist with assembly and installation of one structure in Glenwood Springs, Co. NOTE: Standard Specifications are IAW the Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects FP-03. http://flh.fhwa.dot.gov/resources/pse/specs/ 567 MODULAR, VARIABLE LENGTH BRIDGES 567.01 Description Modular, variable length bridges shall be comprised of bridge panels composed of pre-engineered stocked components enabling fast and simple installation and removal at the job site with standard construction tools and equipment, and replacement when needed. The sections shall, on their own merit, efficiently accommodate a wide range of span lengths with a HL93 load capacity, up to a maximum length of 120 feet. Width shall be single span, 11' minimum clear span.. One set of erection rollers and launching rollers adequate to assemble and launch a 30' span shall be included and provided with the Glenwood Springs Bridge delivery. 567.02 Design, Specifications and Plans The bridge design shall be in accordance with the 5th edition of AASHTO "LRFD Bridge Design Specifications, Customary U.S. Units" and all current interim specifications. Construction specifications shall be Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, FP-03, Publication No. FHWA-FLH-03-001. Plans and special specifications shall be in English units. Design Criteria: Design Loadings: Strength I, Strength III, Strength V, Service I, Service II (Steel), Service III (Prestressed Concrete) Design Vehicle: HL-93 Truck and Tandem Loading Roadway/Bridge Width: Single Lane, 11 feet clear width minimum, 14' clear width maximum. Bridge Rail System: 5 Kip, TL-1, TL-2 Railing; Signage: All corners of the structure shall have Type 3 Object Markers installed behind any rail system (if applicable) and in accordance with the MUTCD. Submittals: Designs shall be submitted to the Contracting Officer 15 calendar days after effective award date. Final design, specification and plans shall be reviewed by the R2 Regional Bridge Engineer, sixty (60) calendar days shall be provided to the government to review design and plans and any revisions thereof. Forest Service review of the work at the various submittals shall be for overall conformance with the project scope of work, design criteria, and generally accepted practices of design and drawing preparation. Delivery and installation to occur with 250 days after effective award date. Design, plans and specifications shall be signed and stamped by a registered, licensed engineer. No fabrication shall occur until final design approval has been granted in writing. 567.03 Construction Assistance Supplier shall provide a representative to instruct the government in assembly/disassembly at the Glenwood Springs, CO delivery site within 30 days of delivery. Two weeks notice shall be given to the Contracting Officer. 567.04 Traffic Control Traffic Control and delivery shall meet all the requirements of Federal Highway Administration FP-03, Sections 555 and 717, Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, and any state Department of Transportation requirements. Copies of permits shall be provided to the CO prior to shipment. 567.05 Delivery All structures and components shall be 250 after effective contract award date. 567.06 Acceptance Submit certification and samples as specified in FP-03 Sections 555 and 717. 567.07 Measurement Measurement under this Section will be made by the total number of units for each item listed in the SCHEDULE OF ITEMS supplied and accepted. 567.08 Payment A. The accepted quantities will be paid for at the contract unit prices designated in the SCHEDULE OF ITEMS. DELIVERY INSTRUCTIONS & LOCATIONS FOB DESTINATION for all structures and components shall be delivered and installed as follows: Designs shall be submitted to the Contracting Officer 15 calendar days after effective award date. Delivery and installation to occur with 250 calendar days after effective award date. Delivery Locations: Two 30' bridges, erection/launching rollers and any additional bearing sets to be delivered to 1168 Cty Rd 116 Glenwood Springs CO 81601 One 70' bridge to be delivered within a 15 mile radius of Fort Collins, CO PROVISIONS AND CLAUSES applicable to this solicitation are listed below and incorporated by reference: FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. FAR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008). The following addendum is provided to this provision: Paragraph (b), entitled "Submission of Offers", Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Name; Address; Telephone Number of Offeror, Price; Any Discount Terms, Response to non-price evaluation factors and Acknowledgement of all Solicitation Amendments. Quotes must complete the Schedule of Items to include, unit prices, subtotals and total amounts. An official authorized to bind the company must sign the quote. Quotes may be submitted via mail or e-mail. E-MAIL Submissions: Proposal documents to include schedule of items and assembly instructions shall be submitted in Word format. All drawings shall be submitted in PDF. FAR 52.212-2 Evaluation --Commercial Items (JAN 1999) The Government will award the contract to that responsible vendor whose quotation, conforming to the combined synopsis/solicitation, will be most advantageous to the Government, considering price and the price-related factors described below. Factor One - Price FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (AUG 2009). FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2010); the following FAR clauses are applicable as listed in 52.212-5. 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (OCT 1995) 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) 52.219-28 Post Award Small Business Program Representation (APR 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) 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) 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (JUN 2009) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.arnet.gov/far. To be eligible for an award, contractor must be registered in the Central Contractor Registration (CCR) database. A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at http://www.ccr.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. Offerors must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. QUESTIONS: Questions during the solicitation phase of this requirement shall be submitted electronically to tcope@fs.fed.us. The closing date for these written questions is 27 Aug 2010, 2:00 p.m. local Mountain Time. Facsimile questions will NOT be accepted. The government will provide responses to all offerors no later than five (5) business days after the closing date for questions RESPONSE TIME: Request for Quotation will be accepted NO LATER THAN 2:00 p.m. Mountain Time on 9 September, 2010 at USDA Forest Service, Attn: Toinette Cope, 2840 Kachina Drive, Pueblo, CO 81008 or E-Mail to: tcope@fs.fed.us. Point of Contact for this solicitation is Toinette Cope, telephone 719-553-1431.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82X9-S-10-0160/listing.html)
 
Place of Performance
Address: Colorado, United States
 
Record
SN02249312-W 20100822/100820235639-61ef78b1cca351fb433f2f89d1dbf055 (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.