Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
MODIFICATION

99 -- Link Creek Trail Bridge

Notice Date
5/1/2012
 
Notice Type
Modification/Amendment
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Central Oregon Procurement, Deschutes NF, 1001 SW Emkay Drive, Bend, Oregon, 97702
 
ZIP Code
97702
 
Solicitation Number
AG-04GG-S-12-0023
 
Point of Contact
Bryce H. Kamerdula, Phone: (541) 416-6538, Alan Buehrig, Phone: 541 383-5610
 
E-Mail Address
bhkamerdula@fs.fed.us,
(bhkamerdula@fs.fed.us, ngineer</div)
 
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. Solicitation AG-04GG-S-12-0023 is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. SET--ASIDE: This acquisition is Set-Aside for Total Small Business. All potential offerors may submit a quote for this acquisition. If a minimum of two competitive offers from eligible small business concerns are not received, any awards resulting from this combined solicitation and synopsis will be made on the basis of full and open competition from all responsible business concerns submitting an offer. The NAICS Code is 332312 and small business size standard is 500 employees. The Government will issue an order as a result of this Request for Quotations to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government, cost or price and other factors considered. The Government may reject any or all quotes, issue orders to other than the lowest quote, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussion with any or all quoters. DESCRIPTION OF WORK: The purpose of this solicitation is to design, fabricate, and deliver one prefabricated bridge for a Link Creek Trail, Sisters Ranger District, Deschutes National Forest. The bridge shall be 95 feet long, 5 feet wide clear width, contain weathering steel pony trusses, and cedar decking and hand rails. In addition, the bridge shall meet ADA requirements. The Contractor shall comply with all applicable Federal, State, and Local permits and regulations. The Contractor shall utilize products and material made from biobased materials and recovered material to the maximum extent possible without jeopardizing the intended use or detracting from the overall quality delivered to the Forest Service. The Contractor shall provide all labor, transportation, tools, and equipment necessary to perform the requirements of this contract. To mitigate the spread of noxious weeds, all equipment entering the site shall be cleaned thoroughly. Equipment will be inspected prior to entrance onto Federal lands by the Contracting Officers Representative prior to entrance onto Federal lands. DELIVERY LOCATION: The bridge shall be delivered to Link Creek, near the inlet of Suttle Lake, which is located on the Sisters Ranger District, Deschutes National Forest. Access roads to the site are paved and the location is approximately 35 miles northeast of Bend, Oregon and just east of Santiam Pass over the Cascade Mountains. From US Highway 20, turn south on Forest Road 2070000 east of Suttle Lake; continue west along the southern shore of Suttle Lake to Link Creek. The Contractor will coordinate delivery of the bridge to the Link Creek site with the Contracting Officers Representative (COR). SPECS/MAPS/DRAWINGS: The specifications, vicinity map and project drawings (attached) are a part of this solicitation and any resulting contract. CONTRACT TIME: All required work shall be completed from date of award to September 1, 2012. Estimated delivery date is September 1, 2012; however, the contractor shall coordinate the exact delivery date and time with the Contracting Officers Representative. Required pricing shall be submitted below: 571(01) Prefabricated Trail Bridge, includes design, fabrication, and delivery. 1 Lump Sum: ____________ SOLICITATION PROVISIONS AND CONTRACT CLAUSES: The following provisions apply to this acquisition: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (June 1998), website is https://www.acquisition.gov/far/ FAR 52.212-1 Instructions to Offerors Commercial Items (Feb 2012), FAR 52.212-2 Evaluation--Commercial Items (Jan 1999) [Evaluation will be based on Technical Approach, Past Performance, and Price. Technical and Past Performance when combined are slightly more important than cost or price. Technical Criteria includes: 1) Past performance information from the last 3 previous and relevant projects performed with clients name and phone numbers, 2) Production Schedule, 3) Proposed bridge design and designer, and manufacturer, 4) Material lists pertaining to type of steel and species of wood being proposed, 5) Installation details for proposed bridge design, including approximate bridge weight, and handling requirements (two bridge sections for installation is required), 6) List of subcontractors, 7) Shop drawings and sketches. FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (APR 2012); OR the offeror must have completed their annual representations and certifications electronically at http://orca.bpn.gov.The following clauses apply to this acquisition: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), website is https://www.acquisition.gov/far/ and http://www.dm.usda.gov/procurement/policy/index.html for the Agriculture Acquisition Regulation (AGAR), FAR 52-204-7 Central Contractor Registration; Note: Lack of registration in the Central Contractor Registration will make an offer ineligible for award. FAR 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012), the following clauses are addenda to FAR 52.212-4: 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000), 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Dec 2007), 52.236-3, Permits and Responsibilities (Nov 1991), 52.236-13, Accident Prevention (Nov 1991), AGAR 452.236-72, Use of Premises (Nov 1996), 452.236-73, Archaeological or Historical Sites (Feb 1988), 452.236-77, Emergency Response (Nov 1996), FAR 52.22-50 Combating Trafficking in Persons (Feb 2009), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.233-4 Applicable Law of Breach of Contract Claim (Oct 2004), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (APR 2012) under paragraph (b), the following clauses are incorporated: (1) 52.203-6, Restriction on Subcontractor Sales to the Government (Sept 2006), (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (6) 52.209-6, Protecting the Governments Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Dec 2010), (12) 52-219-6, Notice of Total Small Business Set-Aside (Nov 2011), (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011), (15) 52.219-9, Small Business Subcontracting Plan (Jan 2011), (16) 52.219-13, Notice of Set-Aside Orders (Nov 2011), (23) Post Award Small Business Program Rerepresentation (Apr 2012), (26) 52.222-3, Convict Labor (Jun 2003), (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012), (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (29) 52.222-26, Equal Opportunity (Mar 2007), (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007), (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), (40) 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Mar 2012),(42) 52.225-13 Restriction on Certain Foreign Purchases (June 2008), (47) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003), under paragraph (c), the following clauses are incorporated:(none), Walsh-Healy Public Contracts Act (Dec 2010). SUBMISSION OF OFFERS: Offers are due **MAY 21, 2012 by 4:30 PST C.O.B.** Offers may be faxed to Bryce Kamerdula at (541) 416-6661 or mailed to USDA, Forest Service, Ochoco National Forest, Attn: Bryce Kamerdula, 3160 NE 3rd Street, Prineville, OR 97754. Supplemental attachments are available on the Internet at the Federal Business Opportunities (FedBizOpps) website at www.fedbizopps.gov. Submit the following items with offer: 1) Pricing Schedule, 2) Completed Representations and Certifications, as required in FAR 52.212-3 OR the offeror must have completed their annual representations and certifications electronically at (ORCA) http://orca.bpn.gov and 3) Technical Submittal. Questions regarding this announcement must be addressed to Bryce Kamerdula (541) 416-6538 or by email at bhkamerdula@fs.fed.us. Technical questions must be addressed to Alan Buehrig 541 383-5610. COMPANY NAME: ______________________________________________ DUNS NUMBER __________________ TIN: ____________________________ CCR: YES / NO ORCA: YES / NO
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/04GG/AG-04GG-S-12-0023/listing.html)
 
Record
SN02735388-W 20120503/120501235119-dccbf6f8948ce3937f83536f3ec82b6d (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.