Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2012 FBO #3716
SOLICITATION NOTICE

54 -- Purchase a 75' FRP bridge for the Okefenokee NWR bridge project

Notice Date
1/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-3 Southwestern Region, 333 Broadway, SE Acquisition Mgmt., Regional Office, Albuquerque, New Mexico, 87102, United States
 
ZIP Code
87102
 
Solicitation Number
AG-344V-S-12-0002
 
Archive Date
2/25/2012
 
Point of Contact
Melissa K. Paquin-Leon, Phone: email only
 
E-Mail Address
mpaquinleon@fs.fed.us
(mpaquinleon@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
The Trails Unlimited Enterprise Unit in Monrovia, Ca has a requirement to construct/erect a 6'x75' Fiber Reinforced Polymer composite truss trail bridge for the U.S. Fish and Wildlife Service, Okeefenokee National Wildllife Refuge Center, Folkston, Georgia. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 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. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-38 effective 10 December 2009. The complete text of any of the clauses and provisions are available electronically from the following site: http://fsweb.wo.fs.fed.us/aqm/, regulations. This is a Request for Quote (RFQ) and the solicitation number is AG-344V-S-12-0002 associated NAICS code is 115310 and the associated size standard is $7,000,000.00. Contractor shall provide the following: pre-fabricated component clear span, fiber reinforced polymer truss trail bridge, 1- 6x75ft. Place of Performance: U.S. Fish and Wildlife Service, Okeefenokee Wildlife Refuge Center, Foldston, Georgia. Quote MUST be good for 30 calendar days after close of request. **All calculations and Engineered stamped drawings to be delivered for review by FS NLT 14 February 2012. **The complete bridge material kit to be delivered to the: U.S. Fish and Wildlife Service, Okeefenokee National Wildlife Refuge, 2700 Siwannee Canal Road, Maintenance Center - for USFS Trails Unlimited, Folkston, Georgia 31537-9653 (the office complex and visitor center is located approx 11 miles SW of Folkston, Georgia). Contact: Jerry Barrow,Trails Unlimited at 626-321-6211, or 626-863-0698. ** COMPLETE BRIDGE MATERAIL TO BE DELIVERED TO THE PERFORMANCE LOCATION NO LATER THAN 1 APRIL 2012. PROJECT OT COMMENCE 2 APRIL 2012. FAR 52.212-1 Instruction of Offerors-Commercial items applies to this acquisition. Addenda to 52.212-1: The following paragraphs are herby deleted from this provision: (e) Multiple offers and (h) multiple awards. OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, and Tax Identification Number (4) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items. Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price quote or to complete the certifications on the internet may result in elimination from consideration for possible award. 3. Price quotes and the certifications at FAR 52.212-3 must be submitted via one of the following methods by 4:00PM MT, 10 February 2012 : Email to: mpaquinleon@fs.fed.us; Fax to: 505-842-3111 Attn: Melissa Paquin-Leon or Mail to: Albuquerque Regional Office, USDA Forest Service, 333 Broadway NE Albuquerque, New Mexico 87102. ***NO SUBMISSIONS WILL BE ACCEPTED OTHER THAN THOSE METHODS STATED ABOVE. NO EXCEPTIONS. NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at www.bpn.gov. FAR 13-106-2 Evaluation of Quotations or Offers - The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the responsible offeror whose quote represents the best availability, adherence to required specifications, and total overall lowest evaluated price, this will be a representation of the best value to the government. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://fsweb.wo.fs.fed.us/aqm/, regulations. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES Stop Work Order FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009), FAR 52.247-34 FOB Destination (NOV 1991) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (DEC 2009) in paragraph (b) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2008) FAR 52.222-21 Prohibition of segregated facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) FAR 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-36 Payment by Third Party (MAY 1999) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.arnet.gov/far/ www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) 52.215-1 Instructions to Offerors--Competitive Acquisition (JAN 2004) AGRICULTURE ACQUISITION REGULATIONS (48 CFR CHAPTER 4) CLAUSES 452.204-70 Inquiries (FEB 1988) FAR 52.215-5 Facsimile Proposals (OCT 1997) (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 505-842-3111 (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document. (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal. (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timelines, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. Type of product requested: 1 6'x75' Fiber Reinforced Polymer composite truss trail bridge Special Specifications of Equipment: PRODUCT SPECIFICATIONS: The bridges will be : • GREEN in color, • Have the square bridge end shapes to be set on concrete foundations. • The pre-engineered and pre-manufactured bridge components and kit to be commercially available products. • All individual components to weigh less than 90 lbs., portable over rough terrain, to be assembled at remote locations. • Design live load 85 lbs/sq ft, live load 10,000 lbs, handrail height = 54 inches, • Must meet AASHTO Standard Specs for Hwy Bridges 2002, and Guide Specs. for Design of Pedestrian Bridges, 1997. • Fire retardant polyester resin, A307 Galv. steel bolts, • pre-drilled 3 x 12 x 6 ft PT decking into pre-drilled FRP stringers. • Defection - L/500 and Vert. Freq= 5.0 Hz and Horz. Freq=3.0 Hz. • Manufacturer to have at min. 3 years experience with pedestrian FRP bridge kits and examples already on the ground 2-3 years and load test data. • All requested drawings and calculations to be provided to FS and stamped by the Licensed Professional Engineer. • All ordered bridges to be shop erected to ensure components fit properly before shipment to designated FS site. • ALL MATERIALS WILL BE MANUFACTURED AND PRODUCED IN THE UNITED STATES OF AMERICA. The potential Offeror must be able to comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 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 the referenced FAR clauses may be accessed electronically at http://www.farsite.hill.af.mil. The contractor shall coordinate with the Contracting Offers Representative (COR) at each site to assure placement at correct locations. COR will fill out a pre and post inspection sheets verifying that items have been delivered and are operational per spec of the contract. Contractor must stand by until these inspections are complete. Items many require to be relocated within the same general location. Unit should have the ability to relocate as required. The contractor shall coordinate with the Contracting Officer's Representative (COR) at each site to ensure placement at correct locations. Sellers must present their representations and certifications, upon request, through the Online Representatives and Certifications Application (ORCA) at http://orca.bpn.gov Sellers must provide with their quote descriptions accurate information in regards to the quantities and CLINS to which they are or are not quoting. Lack thereof requested information, may result in removal from the competition and/or sellers' offer may not be evaluated for award. The Government intends to potentially award to the responsible offerors whose offers conform to the solicitation and that will be the most advantageous to the Government based upon Best Value. Contracting Office Address: 333 Broadway NE Albuquerque, New Mexico 87102 United States Primary Point of Contact.: Melissa Paquin-Leon mpaquinleon@fs.fed.us Phone: 505-842-3180
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/8371/AG-344V-S-12-0002/listing.html)
 
Place of Performance
Address: Okefenokee National Wildlife Refuge, 2700 Suwannee Canal Road, Folkston, Georgia, 31537, United States
Zip Code: 31537
 
Record
SN02660626-W 20120127/120125234240-dfd7d69ce5408226923037c31859e624 (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.