Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2006 FBO #1735
MODIFICATION

54 -- Olympic National Park, Prefabricated Steel Truss Bridge

Notice Date
8/25/2006
 
Notice Type
Modification
 
Contracting Office
PWR - OLYM Olympic National Park 600 East Park Ave Port Angeles WA 98362
 
ZIP Code
98362
 
Solicitation Number
Q9512060077
 
Response Due
9/6/2006
 
Archive Date
8/25/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is Q9512060077, and the solicitation is issued as a request for quotation (RFQ). The NAICS code is 332312 with a small business size standard of 500 employees. This solicitation will result in a firm, fixed-price contract. Olympic National Park (ONP) has a requirement for a fifteen-foot wide by 35-foot long galvanized tubular steel truss vehicular bridge described as follows: This work consists of the supply and delivery of a fully engineered and prefabricated bridge superstructure of welded and bolted structural steel (rolled shapes and tubing) construction, treated timber deck materials, continuous steel channel toe plate, bearing devices, and all appurtenances. Delivery shall be between May 1, 2007 and June 30, 2007. The bridge shall consist of open "pony truss" design fabricated for "H" or "HS" AASHTO loading. All members of the vertical trusses (top and bottom chords, verticals, and diagonals) shall be fabricated from structural steel tubing. 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. The bridge manufacturer shall be certified by the AISC to fabricate Major Steel Bridge Structures. Delivery of the bridge shall be arranged by the manufacturer and shall be FOB Destination to the installation site located approximately 60 miles south and east of Forks, Washington near the Olympic National Park (ONP) Queets Area. The NPS shall be responsible for unloading the bridge from the truck at the time of arrival. The supplier shall notify the NPS 6 days in advance of the expected time of arrival. Within sixty days after award, the manufacturer shall provide drawings for the two reinforced concrete abutments. The NPS shall construct the abutments prior to delivery of the bridge superstructure and timber decking materials. The location of the abutments is on existing undisturbed road bed. The manufacturer shall provide a construction advisor for two days to assist the NPS in the installation and assembly of the bridge. This advisor must be present on a daily basis to ensure that the bridge is installed/erected properly. DESIGN REQUIREMENTS: The bridge shall be designed for dead load plus AASHTO HS20-44 live (truck) loading and for wind load of 40 pounds per square foot, calculated with wind acting on entire bridge vertical face as if it we fully enclosed. Dead load camber at mid-span shall be 2 inches. Maximum deflection at mid-span due to vehicular loads shall not exceed 0.5 inches. Bridge shall be designed for seismic loads appropriate for the location. Bearing and anchoring devices shall be provided to allow for a differential in temperature of 120 degrees Fahrenheit. All steel shall be high strength, low alloy, All major components shall be hot-dipped galvanized to AASHTO M111 and ASTM A123 specification or equivalent. All bolts, pins, etc., are galvanized or spun galvanized. All welding shall be in accordance with the welding section of the AISC Specifications and the American Welding Society (AWS) Structural Welding Code. Structural steel field splices shall be bolted; no field welding shall be required. Bolted connections shall be made with ASTM A325, Type 3, high strength bolts. The clear span distance of bridge shall be 35 feet. The clear horizontal width shall be 15 feet. The bridge shall be an open "pony" truss design with one diagonal per panel, with a treated timber deck, and with the floor system at (or very near) the bottom of the trusses. The top chord shall be parallel with the bottom chord. For maximum waterway opening, 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. Wood decking material shall be normal 6" X 14" No. 1 grade West Coast Douglas Fir, treated with Copper Naphthenate to above ground conditions according to the American Wood Preserves Association. Prior to treatment of timbers, manufacturer shall shape/cut timbers to exact length, so treatment will penetrate all exposed surfaces. The following guidelines shall be used when treating material: 1) Treat using Copper Naphthenate which meets AWPA P8, Section 2. The solvent used shall meet the requirements of AWPA Standard P9, Hydrocarbon solvent, Type A or Type C, depending on the product being treated. 2) Solution Filtration - The Copper Napthenate solution in use shall be filtered or otherwise kept clean regularly to remove solids which may otherwise be deposited on the wood during treating. 3) Follow good housekeeping practices to minimize sawdust and other surface residues on the wood products prior to treatment. 4) Expansion Bath - Use a minimum expansion bath of one hour. The maximum temperature of the expansion bath shall be 220 degrees F or 230 degrees F depending on the specific commodity standard limitations. The expansion bath shall be followed by a vacuum period using a minimum of 22" for a minimum for a minimum of two hours. Following the vacuum period, the wood shall be subjected to steaming for a two-hour time period. The minimum temperature during steaming shall be 200 degrees F and the maximum shall be 240 degrees F depending on the species being treated. After steaming, apply a final vacuum for a minimum of four hours at 22" of vacuum. Prior to shipment, visually inspect the treated wood product and reject any pieces with excessive surface residue. Note, however, that an oil carrier may be detected in a surface wipe of a properly treated and acceptable product. Avoid excessive solids or grease-like deposits which can be scraped off the surface. Also, reject material where liquid preservative "bleeds" from the product. The NPS shall install the wood decking material according to the manufacturer's drawings and specifications. The 5-inch continuous steel channel toe plate provided by the manufacturer shall be mounted inside each truss 4 inches above the deck according to the manufacturer's drawings. The connection of the bridge end post to the top chord shall be mitered joint with the exposed welds ground smooth. The connection of the floor beam into the side of the tubular bottom chord of the truss shall be reinforced with stiffeners. Within ninety days of award the manufacturer shall provide sufficient specifications, drawings, design calculations, and supporting data to permit a structural and safety review of the proposed design by the NPS. All drawings and calculations shall be signed and sealed by a licensed professional engineer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12, effective 4 August 2006. This is a total small business setaside. The provision at 52.212-1, Instructions to Offerors-Commercial Items, 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 offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers: (1) price, and (2) technical capability of the item offered to meet the Government requirement. The clauses at FAR 52.212-4, contract Terms and Conditions-Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. All offerors must be registered in the Central Contractor Registration database. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. Quotations must be received no later than September 6, 2006, 4:00 p.m., Pacific Daylight Time. The point of contact for this solicitation is: R.J. Roberson, Contract Specialist, Olympic National Park, telephone: 360-565-3024, email: Rod_Roberson@nps.gov, fax: 360-565-3018.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2279106)
 
Place of Performance
Address: Olympic National Park Queets, Washington 98331
Zip Code: 98362
Country: US
 
Record
SN01126330-W 20060827/060825221948 (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.