Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

54 -- Supply three weathering tubular steel truss bridges for pedestrian and equestrian use, and one I-beam structure, for Olympic National Park. Expectation is to approve Vendor's off-the-shelf design, either as-is, or with minor modifications.

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
PWR - OLYM - Olympic National Park 600 East Park Avenue Port Angeles WA 98362
 
ZIP Code
98362
 
Solicitation Number
P11PS82376
 
Archive Date
9/11/2012
 
Point of Contact
Phaedra Fuller Contract Specialist 3605653009 phaedra_fuller@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.acquisition.gov/far. The solicitation number is P11PS82376, and the solicitation is issued as a Request for Quotation. The NAICS code is 332312 with an associated small business size standard of 500 employees. This solicitation is a 100% total small business set-aside, and will result in a firm fixed price contract to a single vendor determined to be responsive and responsible. The Government will consider past performance in determining responsibility. (1) GENERAL DESCRIPTION: Work consists of the design, fabrication, supply and delivery of threeeach: fully engineered and prefabricated structures of welded and bolted structural steel (rolled shapesand tubing) construction, ACQ treated timber deck materials, continuous steel channel toe plate, bearingdevices, and all appurtenances; and one each: I-beam bridge structure. (2) DESIGN REQUIREMENTS - STEEL TRUSS BRIDGES: Design of bridges shall be completed as a part of the fabrication of the bridge. All elements of these structures, whether specifically indicated herein or not, shall be the responsibility of the design engineer. The designer shall design, submit, modify according to comments and re-submit as necessary, complete design drawings for three bridges and one I-beam structure according to the requirements herein. All submittal requirements will be provided to ONP. The designer shall stamp the final submittal as a Registered Engineer. The Registered Engineer sealing the drawings shall be responsible for all loads, calculations and design details, including any changes or additions to requirements contained herein.(2.1) Bridges shall be designed and fabricated for loads as indicated and as developed by the design engineer sufficient for pedestrian and stock loading, exposure B per uniform building code, and wind speed of 80 mph calculated with wind acting on entire bridge vertical face as if it we fully enclosed. Bridge shall be designed for seismic and snow loads appropriate for the location. Bearing and anchoring devices shall be provided to allow for a differential in temperature of 100 degrees Fahrenheit.(2.2) The bridge shall be an open "pony" truss design with minimum one diagonal per panel, a timber deck treated with ACQ or untreated cedar, and with the floor system at (or very near) the bottom of the trusses. For maximum clearance below the structure, the bottoms of the floor beams (or other structural floor members) shall not be more than 3 inches higher or lower than the bottoms of the chords. Raising the deck and floor system to form an "H" truss system is not acceptable. The top chord shall be parallel with the bottom chord.(2.3) All steel shall be weathering structural steel tubing.(2.4) All welding shall be in accordance with the welding section of the AISC Specifications and the American Welding Society (AWS) "Structural Welding Code".(2.5) Structural steel field splices shall be bolted. No field welding shall be required. Bolted connections shall be made with ASTM A588, Type 3, high strength bolts. (2.6) On the steel truss structures, a 5-inch continuous steel channel toe plate shall be mounted by the manufacturer inside each truss, horizontally, 3 to 4 inches above the deck, welded to every vertical post.(2.7) Three horizontal mid-rails, minimum 1-inch x 1-inch angle, shall be evenly spaced on each side, with both edges welded to every vertical post on the outside of the bridge.(2.8) The connection of the bridge end post to the top chord shall be mitered joint with the exposed welds ground smooth.(2.9) The connection of the floor beam into the side of the tubular bottom chord of the truss shall be reinforced with stiffeners.(2.10) All spaces on the steel chords which are open and susceptible to gathering water, moss or debris shall be covered with steel plates welded over the space to prevent entry of material into the space.(2.11) Bearing ends of all structures shall have plates attached to spread the load over a widened area. At minimum, such plates shall be sized horizontally sufficiently to allow for the placement of foundation connection bolts into underlying abutments outside of the surfaces of the bridge and without shifting or moving the bridge. Load bearing plates shall be drilled for connection bolts. The plate and drilled bolt holes may extend to the sides of the structural steel or behind and outside the structural steel.(2.12) A cedar deck or timber deck treated with ACQ shall be supplied with the structure. Wood decking material shall be a minimum 3"x6" (may be thicker and/or wider), treated with ACQ to above ground conditions according to the American Wood Preserves Association. Prior to treatment of timbers, manufacturer shall shape/cut timbers to exact length and drill holes as need to receive required bolts, so treatment will penetrate all exposed surfaces. Decking shall be sized by the design engineer to accommodate loading of stock crossing of the bridge.(2.13) Wood decking shall be secured to the structure in a manner which allows for replacement of individual deck boards working from on top of the deck, without the need for scaffolding or overhanging under the structure.(2.14) The process of wood treatment shall use Best Management Practices to assure a clean product and minimize the potential for chemicals to enter the aquatic environment. Material will be rejected where liquid preservative "bleeds" from the product.(2.15) The wood decking material shall be installed onto the structure by the manufacturer, unless otherwise instructed by the NPS in advance of delivery. (3) DESIGN REQUIREMENTS - I BEAM STRUCTURE.(3.1) The designer and fabricator shall provide a structure based on a box section, I-beam or W-section design. A design based on a different steel shape may be considered but must be approved in writing by the CO prior to submittal. The elements included in the design, fabrication and delivery shall be beams, cross-bracing, nailer board attached above the top flange and decking.(3.2) Reducing the weight of individual and separable elements of the structures is a key element of the design. Weight saving techniques such as utilizing multiple beams or lighter sections will be required.(3.3) A cedar deck or timber deck treated with ACQ shall be supplied with the structure. Wood decking material shall be a minimum 3"x6" (may be thicker and/or wider), treated with ACQ to above ground conditions according to the American Wood Preserves Association. Prior to treatment of timbers, manufacturer shall shape/cut timbers to exact length and drill holes as need to receive required bolts, so treatment will penetrate all exposed surfaces. Decking shall be sized by the design engineer to accommodate loading of stock crossing of the bridge.(3.4) Bull rails shall be supplied with the structure. A 3-inch vertical x 6-inch horizontal wooden bull rail shall be mounted by the manufacturer above the outer I-beams. The bull rail shall be raised above the deck on 3-inch by 6-inch wooden spacer blocks, 10-inches long, set every 10 feet along the deck. Bolts shall extend through the bull rail and each spacer, through the top flange of the beam in shop-drilled holes, to connect the bull rail to the beam.(3.5) A wood nailer plate shall be bolted to the top of the beam for its full length. Thenailer plate shall be treated similarly to the decking. The nailer plate shall span the full width of the beam flange, or as approved in writing by the CO. Bolts connecting the nailer plate to the beam shall be countersunk so that the top surface of the head of the bolt does not extend above the top edge of the nailer plate.(3.6) Weathering structural steel is preferred.(3.7) Cross bracing and any other connections proposed as field connections between beams shall be bolted, not welded. All members necessary for the bracing, including welded brackets, bolts and pre-drilling holes, shall be included.(3.8) All welding shall be in accordance with the welding section of the AISC Specifications and the American Welding Society (AWS) "Structural Welding Code". (3.9) Structural steel field splices shall be bolted. No field welding shall be required. Bolted connections shall be made with ASTM A588, Type 3, high strength bolts. (3.10) The process of wood treatment shall use Best Management Practices to assure a clean product and minimize the potential for chemicals to enter the aquatic environment. Material will be rejected where liquid preservative "bleeds" from the product.(3.11) Wood decking shall be delivered not installed on the beams. (4) REQUIRED POST-AWARD SUBMITTALSThe selected designer / supplier shall provide the following submittals prior to manufacturing, supply, or delivery:(4.1) Design drawings and specifications, three copies stamped and sealed by a Registered Professional Engineer; (4.2) Detailed drawings of the connection between the decking and the bridge structure; (4.3) Design calculations, including details of loading, one (1) copy;(4.4) Design drawings and specifications, three (3) copies, stamped and sealed by a Registered Professional Engineer;(4.5) Bridge structural and detail drawings;(4.6) Total weight of structure; and(4.7) Weight of separable elements of the structure (i.e. decking, steel structure); (5) FABRICATE AND DELIVER.(5.1) GODKIN BRIDGE: The fabricator shall provide materials, fabricate and deliver a weathering tubular steel truss pedestrian and stock bridge according to the approved and sealed design and the following requirements:(5.1.a) Length: 75 feet, end to end(5.1.b) Width: 6 feet, clear inside rails(5.1.c) Decking material: treated lumber using ACQ or cedar, min. 3 inches thick, No. 2 or better,designed to meet stock loading(5.1.e) Live load: as determined for stock use - design engineer to establish loading sufficient forpedestrian and stock loading assuming stock/mule trains; multiple animals on the structuresimultaneously(5.1.f) Dead load: as determined by design(5.1.g) Snow load: 225 psf, or as determined by the design engineer(5.1.h) Wind speed: 80 mph, calculated with wind acting on entire bridge vertical face as if it we fullyenclosed(5.1.i) Delivery location: Bridge shall be delivered to Sweets Field, located in the Elwha Valleyapproximately 15 miles west of Port Angeles, WA, and up the Elwha access road approximately 5 miles. ONP will unload the structures. Advance notice of the delivery must be made when the load leaves theyard and not less than 72 hours before on-site delivery. (5.2) HAYES BRIDGE: The fabricator shall provide materials, fabricate and deliver a weathering tubular steel truss pedestrian and stock bridge according to the approved and sealed design and the following requirements:(5.2.a) Length: 68 feet, end to end(5.2.b) Width: 6 feet, clear inside rails(5.2.c) Decking material: treated lumber using ACQ or cedar, min. 3 inches thick, No. 2 or better,designed to meet stock loading(5.2.d) Live load: as determined for stock use - design engineer to establish loading sufficient forpedestrian and stock loading assuming stock/mule trains; multiple animals on the structuresimultaneously(5.2.e) Dead load: as determined by design(5.2.f) Snow load: 225 psf, or as determined by the design engineer(5.2.g) Wind speed: 80 mph, calculated with wind acting on entire bridge vertical faceas if it we fully enclosed(5.2.h) Delivery location: Bridge shall be delivered to Sweets Field, located in the Elwha Valley,approximately 15 miles west of Port Angeles, WA, and up the Elwha access road approximately 5 miles. ONP will unload the structures. Advance notice of the delivery must be made when the load leaves theyard and not less than 72 hours before on-site delivery. (5.3) HAYES APPROACH BRIDGE: The fabricator shall provide materials, fabricate and deliver a weathering tubular steel truss pedestrian and stock bridge according to the approved and sealed design and the following requirements:(5.3.a) Length: 39 feet, end to end(5.3.b) Width : 6 feet, clear inside rails(5.3.c) Decking material: treated lumber using ACQ or cedar, min. 3 inches thick, No. 2 or better,designed to meet stock loading(5.3.d) Live load: as determined for stock use - design engineer to establish loading sufficient forpedestrian and stock loading assuming stock/mule trains; multiple animals on the structuresimultaneously(5.3.e) Dead load: as determined by design(5.3.f) Snow load: 225 psf, or as determined by the design engineer(5.3.g) Wind speed: 80 mph, calculated with wind acting on entire bridge vertical face as if it we fullyenclosed(5.3.h) Delivery location: Bridge shall be delivered to Sweets Field, located in the Elwha Valley,approximately 15 miles west of Port Angeles, WA, and up the Elwha access road approximately 5 miles.ONP will unload the structures. Advance notice of the delivery must be made when the load leaves theyard and not less than 72 hours before on-site delivery. (5.4) DEER LAKE I BEAM DECK STRUCTURE: The fabricator shall provide materials, fabricate and deliver a beam bridging structural deck according to the approved and sealed design and the following requirements:(5.4.a) Length: 30 feet, end to end(5.4.b) Width: 6 feet, clear inside rails, based on placement of bull rails and outer beams(5.4.c) Decking material: treated lumber using ACQ or cedar, min. 3 inches thick, No. 2 or better, designed to meet stock loading(5.4.d) Live load: as determined for stock use - design engineer to establish loading sufficient for pedestrian and stock loading assuming stock/mule trains; multiple animals on the structure simultaneously(5.4.e) Dead load: as determined by design(5.4.f) Snow load: 285 psf, or as determined by the design engineer(5.4.g) Wind speed: 80 mph, calculated with wind acting on entire bridge vertical face as if it we fully enclosed(5.4.h) Weight: The heaviest individual or separable component of the structure shall weight no more than 3,000 pounds.(5.4.i) Wind speed: May use two or three beams(5.4.j) Delivery location: Bridge shall be delivered to the Port Angeles Maintenance Yard, 600 E. Park, Port Angeles, WA. ONP will unload the structures. Advance notice of the delivery must be made when the load leaves the yard and not less than 72 hours before on-site delivery. (6) PRICE SCHEDULE(6.1) The four line items shown below (line items no. 6.4 through 6.7) shall be priced such that total price includes all necessary labor, equipment, material and incidentals necessary to perform the work, complete and in place, including design, fabrication and supply of pre-engineered and prefabricated bridge superstructure, treated timber deck materials, steel channel toe plate, bearing devices, and all appurtenances, complete; as well as delivery of the completed bridge to the location indicated throughout section 5 above. (6.2) OPTION: The Government may not have sufficient funds to purchase all four bridges requested. Therefore, the Government reserves the right to select, at time of award, one line item, or all line items, or any combination of line items with available funds. The bridges listed below are not in any order of importance. The Government will simply select what it can afford at time of award and any line item not selected will not be considered as an option after award. (6.3) DELIVERY: The fabricator shall deliver the brides to locations specified by ONP. Delivery of the bridges shall be arranged by the manufacturer and shall be F.O.B. Destination. ONP shall be responsible for unloading the bridge from the truck at the time of arrival. The supplier shall notify ONP at least 7 days in advance of the expected time of arrival.(6.4) GODKIN BRIDGE - LINE ITEM 0001: TOTAL PRICE (a + b +c): $___________. (a) $__________ Design / (b) $_________ fabrication / (c) $_________ Delivery. (6.5) HAYES BRIDGE - LINE ITEM 0002: TOTAL PRICE (a + b +c): $___________. (a) $__________ Design / (b) $_________ fabrication / (c) $_________ Delivery. (6.6) HAYES BRIDGE APPROACH - LINE ITEM 0003: TOTAL PRICE (a + b +c): $___________. (a) $__________ Design / (b) $_________ fabrication / (c) $_________ Delivery. (6.7) DEER LAKE BEAM DECK STRUCTURE - CLIN0004: TOTAL PRICE (a + b +c): $___________. (a) $__________ Design / (b) $_________ fabrication / (c) $_________ Delivery. (7) QUALITY CONTROL (7.1) Supplier shall prepare bridge specifications, drawings, design calculations, and supporting data in sufficient detail to allow a structural and safety review of the proposed design. All final drawings and calculations shall be signed and sealed by a licensed professional engineer.(7.2) The structural design of the bridge superstructure shall be performed by or under the supervision of a licensed professional engineer in accordance with the requirement of the American Institute of Steel Construction (AISC). Structural tubing members and their connections shall be designed according to the AISC "Hollow Structural Section Connections Manual", latest edition.(7.3) The bridge manufacturer shall be certified by the AISC to fabricate Major Steel Bridge Structures.(7.4) The bridge manufacturer shall have at least five (5) years of experience designing and fabricating bridge of this type (open "pony" trusses made of steel tubing, similar span length and a minimum of five successful bridge projects, of similar construction, each of which has been in service at least three years. The bridge manufacturer shall provide a list of projects, bridge sizes and design loads, locations, and owner/contacts. CLAUSES & PROVISIONS: The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible Offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following evaluation factors other than price shall be used to evaluate quotes, and this information must be included with your quote in order to be considered eligible for award: (A) Price - fill in prices using the price schedule (refer to section 6 above); (B) Past experience and past performance - the bridge manufacturer must have at least five years of experience designing and fabricating bridges of this type (open "pony" trusses made of steel tubing, similar span length and a minimum of five successful bridge projects, of similar construction, each of which has been in service at least three years); including a list of projects, bridge sizes and design loads, locations, and owner/contact information; (C) Documentation that certifies the bridge manufacturer is certified by the AISC to fabricate Major Steel Bridge Structures; (D) Proposed delivery of the design documents for review following the issuance of the Notice of Award; and (E) Proposed delivery schedule of the structure to the delivery site following date of approval of the design documents (delivery lead time). All evaluation factors other than price, when combined, are approximately equal to price. The government reserves the right to make award without discussions. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its quote, or be actively registered at the Online Certifications and Representations Application (ORCA) on-line database. Active registration means the "certification validity" must not be expired. ORCA can be accessed on-line at http://orca.bpn.gov. Offerors must also be actively registered at the Central Contractor Registration (CCR) on-line database in accordance with the clause at 52.204-07. Active registration in CCR means the "current registration status" must not be expired or pending certification. CCR can be accessed on-line at http://www.ccr.gov. The clauses at 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-06 Protecting the Government's Interests When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-06 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Representation; 52.222-03 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-01 Buy American Act - Supplies; 52.225-03 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at 52.217-4, Evaluation of Options Exercised at Time of Award applies to this acquisition. The clause at 52.247-34, F.o.b. Destination, applies to this acquisition. ANY QUESTIONS REGARDING THIS SOLICITATION MUST BE SUBMITTED IN WRITING (fax or email) to the attention of Phaedra Fuller, Contracting Officer at fax number 360-565-3018 or email at Phaedra_Fuller@nps.gov. Include cover page with fax that references the solicitation number, or if sending question by email the subject line of the email shall reference the solicitation number. SUBMITTING QUOTE: Quotations must be received at Olympic National Park no later than Wednesday, September 21, 2011 at 4:30 p.m., Pacific Daylight Time. Submit quotations by mail or email. MAIL TO: Attention Contracting Officer at Olympic National Park, 600 East Park Avenue, Port Angeles Washington 98362. Mailing envelope shall state "P11PS82376/QUOTE" and be mailed in time to be RECEIVED at Olympic National Park (to specified address above) by 4:30p.m. Pacific Daylight Time on September 21, 2011. EMAIL TO: Phaedra_Fuller@nps.gov. Emailed quotes shall state "P11PS82376/QUOTE" in the subject line of the email, and shall be SENT no later than 4:30p.m. Pacific Daylight Time on September 21, 2011. FAXED QUOTES NOT PERMITTED. The point of contact for this solicitation is: Phaedra Fuller, Contract Specialist, Olympic National Park, telephone: 360-565-3009. The government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P11PS82376/listing.html)
 
Place of Performance
Address: Two delivery sites within Olympic National Park: Headquarters Maintenance Yard in Port Angeles and Sweets Field in the Elwha Valley. Refer to specifications herein for delivery locations and requirements.
Zip Code: 983626757
 
Record
SN02571451-W 20110914/110912235008-d1fe7af5193522f2d318b14b9f4e6310 (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.