Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
SOLICITATION NOTICE

47 -- Provide and Deliver Bottomless Aluminum Box Culvert, Cherokee National Forest - Culvert Drawings

Notice Date
8/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-8 Cherokee National Forest, 2800 N. Ocoee Street, Cleveland, Tennessee, 37312
 
ZIP Code
37312
 
Solicitation Number
AG-4756-S-11-0042
 
Archive Date
9/8/2011
 
Point of Contact
Jane M. Adler, Phone: 423-476-9713, Nina B Barrow, Phone: 423-476-9706
 
E-Mail Address
jadler@fs.fed.us, nbarrow@fs.fed.us
(jadler@fs.fed.us, nbarrow@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawings The Cherokee National Forest has a requirement for a bottomless aluminum box culvert to be fabricated, furnished and delivered to the Ocoee Ranger District Work Center, Highway 30, Benton, Tennessee 37307. PROJECT TITLE: Purchase Bottomless Aluminum Box Culvert, Ocoee District. This solicitation identified as AG-4756-S-11-0042 is issued as a Request for Quotation using simplified acquisition procedures. Issue date of this synopsis/solicitation is August 3, 2011. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations, 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. SET-ASIDE: This solicitation is a Total Small-Business Set-Aside. The applicable NAICS code is 332313; the applicable small business size standard is 500 employees. DESCRIPTION OF REQUIREMENT: Interested sources shall provide a lump sum price including shipping and handling charges for FOB-Destination for the following: Supply a bottomless aluminum box culvert with headwalls and wingwalls including all associated hardware including footing pads, bolts, nuts, bent and threaded rod (excluding rebar), steel ribs, etc. according to attached drawings. Materials shall meet the following materials specifications and shall be designed to meet the following loading standards within the specified fill height. Vendor shall supply manufacturer recommended installation instructions and shop drawings showing the configuration of plates and support ribs sufficient to erect the culvert. Submit two sets of shop drawings of the structure with the quote. Accompany shop drawings with all calculations used to determine the corrugated metal thickness for the culvert, and the size, shape, location, and spacing of stiffening ribs, thrust beams, or other special structural features included with the structure. Supplier shall provide a qualified employee to discuss the methods and responsibility for assembly, shape monitoring and control, and backfill placement and compaction. SPECIFICATIONS: The culvert shall be designed to conform to the requirements of the AASHTO Standard Specifications for Highway Bridges as manufactured by CONTECH Construction Products or equal. The aluminum box culvert shall consist of plates, ribs, and appurtenant items as shown on the drawings and shall conform to the requirements of ASTM B 864. Bolts and nuts shall conform to the requirements of ASTM A307 or ASTM A449. The bolts and nuts shall be as shown on the drawings. The bolt length shall be indicated on the shop drawings. The box culvert shall be designed for an HS‐20 wheel load with a minimum allowable height of cover of 1.4 feet and maximum allowable cover of 5 feet. The headwalls, corner panels, and wingwalls shall be designed so that they will support an HS‐20 wheel load within 3' of the wall faces. The end treatments and foundation shall be: a. End treatments (as shown on drawings): i) Two headwalls (inlet and outlet) ii) Two corner panels b. Footing pads: 0.3" thick x 33.69" All manufacturing processes including corrugating, punching, curving and galvanizing shall be performed within the United States. The manufacturer shall also provide the following: a. certification that all materials meet the specifications b. shop drawings c. assembly and installation instructions The headwalls shall be designed to attach to the crown ribs of culvert using ¾" galvanized anchor rods as shown on the drawings. The headwalls, corner panels, and wingwalls shall be designed so that they will support an HS‐20 wheel load within 3' of the wall faces. Desired delivery date is no later than 45 days after award of contract. DELIVERY: Fabricated culvert shall be delivered FOB Destination to Ocoee Work Center, 227 Highway 30, Benton, TN 37307. The Work Center is located on TN Highway 30 approximately 1 mile from the intersection of Hwy 30 and TN Hwy 64 in Polk County, TN. Government will unload culvert. SUBMIT PROPOSALS: On company letterhead or form, no later than close of business August 24, 2011 by regular or express mail, to: Cherokee National Forest, Attn: Jane Adler, 2800 North Ocoee Street, Cleveland TN 37312. Provide quote with delivery included in price. Include product literature and warranty provisions (if applicable) and proposed delivery date in your proposal. Quotes will be evaluated on technical capabilities, price, past performance, experience and delivery date. A fixed price contract will be awarded from this solicitation. SPECIAL NOTE: Successful contractor must be registered in the Central Contractor Registration Database (www.ccr;gov) and in Online Representations and Certifications (http://orca.bpn.gov) prior to award of contract. Vendors must submit a DUNS number with their quotation. PROVISIONS AND CLAUSES: The following apply: FAR 52.252-1 Solicitation Provisions Incorporated by Reference and FAR 52.252-2 Clauses Incorporated by Reference, website is https://www.acquisition.gov/far/index.html and http://www.dm.usda.gov/procurement/policy/agar.html for the Agriculture Acquisition Regulations (AGAR). The following clauses apply to this acquisition: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3, AGAR 452.211-70 Brand Name or Equal (Nov 1996) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (must be submitted with quote); 52.212-4, Contract Terms and Conditions - Commercial Items;; FAR 52.247-34, F.O.B. Destination (Nov 1991); and AGAR 452.211-71, Equal Products Offered (Nov 1996). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items under paragraph (b) the following clauses are incorporated: 10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 23) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (24) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126); (27) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (28) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (35) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513). (36) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (44) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) AWARD: In accordance with FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) 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: technical capability of the item offered to meet the Government requirement, price, past performance, experience and delivery date. (c) 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-24. All FAR provisions and clauses may be viewed on the web at www.arnet.gov/far/loadmain52.html. Point of Contact Jane Adler at 423-476-9713 or jadler@fs.fed.us if you have questions regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/4756/AG-4756-S-11-0042/listing.html)
 
Place of Performance
Address: Ocoee Work Center, 227 Highway 30, Benton, Tennessee, 37307, United States
Zip Code: 37307
 
Record
SN02520975-W 20110805/110804000204-14dc7a2d56095bc72af7271bac4ecf06 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.