Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

56 -- Install Barrier Gates and Cabling

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
MICC, DOC - Fort Benning, Fort Benning, GA 31905
 
ZIP Code
31905
 
Solicitation Number
W911SF10T100
 
Response Due
9/10/2010
 
Archive Date
3/9/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W911SF10T100 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-44. The associated North American Industrial Classification System (NAICS) code for this procurement is 332323 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2010-09-10 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Benning, GA 31905 The USA ACC MICC Fort Benning requires the following items, Meet or Exceed, to the following: LI 001, Install 2 K4 Rated Barrier Gates at 5th Ranger Training Battalion, Camp Merrill, Dahlonega, GA - (SD-STD-02.01 Revision B U.S. Department of State Designation Crash Test)- The scope of work covered in this requirement includes a site survey and to furnish and install (1) 14 span and (1) 18 span, Crisp Barriers single leafed K4 crash rated gates (SD-STD-02.01 Revision B U.S. Department of State Designation Crash Test) with manual operation. Finish will be 2‐part epoxy coating in safety yellow color. Provide all site prep, boring/excavation for (4) gate super posts (48 Diameter x 60 depth) and install necessary steel reinforcement bar assemblies and 3000psi concrete anchors as required by Crisp Barriers for K4 crash rating. Provide manufacturers on site support for inspection & verification of installation and crash rating. Contractor will complete the following: Locate and mark all areas of installation before beginning work. Work under the underground dig permit (form AF IMT 103). Mobilization of Installation crews and constructing equipment. Receive, off-load, and inspect the K4 Crisp gates hardware at the project site. Restore surface grade and clean all areas of work of debris caused during installation. Perform full project management and inspection services at all phases of the project. Provide a warranty on all material and labor for a period of (1) year. Work will be performed during normal business hours (Monday Friday, 8:00AM 5:00PM). Intermittent short lane/entry closure will be required but kept to a minimum. Obtain any necessary permitting through the US Forestry Service for construction., 2, EA; LI 002, Install 750' Cabling Barrier System at 6th Ranger Training Battalion, Camp Rudder, Eglin AFB, FL (Section 8.2.9 and Figure 33 in MIL-HDBK-1013/14)- The scope of work covered in this requirement includes a site survey to furnish and install 750 linear feet of a 2-cable crash-barrier vehicle arresting system (Section 8.2.9 and Figure 33 in MIL-HDBK-1013/14) to include the support posts, attachment hardware, and concrete dead-man anchors at Camp Rudder Ranger Training Battalion located at Eglin Air Force Base, Florida. Approx. 1700 feet of diameter steel cable for a 750 linear foot 2-cable arresting cable system, mounted at specified heights on the posts and including down spans into anchors Sufficient quantity of steel support posts at maximum 10 spacing for the entire section, 2 line posts, larger 4 pull posts at the direction change and end points, and 8 bollards at turns and terminal end points Concrete and all other supplies for complete installation Attachment hardware for connecting the steel cables to the steel support posts Angle braces and heavy duty turnbuckles rated for this system at down runs into concrete dead-man, for tensioning the cables Total of 8 each 3 x 3 x 1-6 Concrete Dead-Man anchors poured at specified points of the arresting cable system Contractor will complete the following: Locate and mark all areas of installation before beginning work. Work under the underground dig permit (form AF IMT 103). Mobilization of Installation crews and constructing equipment. Receive, off-load, and inspect the steel cable, steel support posts, and attachment hardware at the project site. Install line and pull/end support posts set in concrete 36 depth, with maximum spacing at 10, and concrete filled bollards at corner and terminal end point. Install 2 strands of diameter steel cable on the support posts, 8 vertical spacing with attachment hardware. Install concrete dead-man anchors at specified points. Restore surface grade and clean all areas of work of debris caused during installation. Perform full project management and inspection services at all phases of the project., 1, EA; LI 003, Install 28' K12 Barrier Gate at 4th Ranger Training Battalion, Fort Benning, GA - (SD-STD-02.01 Revision B U.S. Department of State Designation Crash Test) The scope of work covered in this requirement includes a site survey and to furnish and install (1) 28 span, K12 crash rated gate (SD-STD-02.01 Revision B U.S. Department of State Designation Crash Test) with manual operation. Finish will be 2-partepoxy coating in safety yellow color. Provide all site prep, boring/excavation for (3) gate super posts (48 Diameter x 60 depth) and install necessary steel reinforcement bar assemblies and 3000psi concrete anchors as required by Crisp Barriers for K12 crash rating. Provide manufacturers on site support for inspection & verification of installation and crash rating. Contractor will complete the following: Locate and mark all areas of installation before beginning work. Work under the underground dig permit (form AF IMT 103). Mobilization of Installation crews and constructing equipment. Receive, off-load, and inspect the K12 Crisp gate hardware at the project site. Restore surface grade and clean all areas of work of debris caused during installation. Perform full project management and inspection services at all phases of the project. Provide a warranty on all material and labor for a period of (1) year. Work will be performed during normal business hours (Monday Friday, 8:00AM 17:00PM). Intermittent short lane/entry closure will be required but kept to a minimum. Obtain any necessary permitting for construction., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Fort Benning intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Fort Benning is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Site visit requests or technical questions must be coordinated with Mr. Terry Wydra, Force Protection Specialist, at 706-545-9077 or e-mail: terry.wydra@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/48b8be0c7bf59bfc606cc5034a4b21c3)
 
Place of Performance
Address: Fort Benning, GA 31905
Zip Code: 31905
 
Record
SN02270899-W 20100909/100908063234-48b8be0c7bf59bfc606cc5034a4b21c3 (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.