Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2008 FBO #2454
SOLICITATION NOTICE

54 -- Prefabricated five-foot wide by 45-foot long tubular steel truss pedestrian bridge, Olympic National Park, Ozzette District, Clallam Co., WA

Notice Date
8/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, PWR - OLYM Olympic National Park 600 East Park Ave Port Angeles WA 98362
 
ZIP Code
98362
 
Solicitation Number
Q9512080A84
 
Response Due
8/21/2008
 
Archive Date
8/13/2009
 
Point of Contact
Rodney Roberson Contracting Officer 3605653024 rod_roberson@nps.gov;<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
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 Q9512080A84, 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 has a requirement for a five-foot wide by 45-foot long tubular steel truss pedestrian 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, CCA treated timber deck materials, continuous steel channel toe plate, bearing devices, and all appurtenances. Delivery shall be between September 1, 2008 and September 15, 2008. The bridge shall consist of open "pony truss" design. All members of the vertical trusses (top and bottom chords, verticals, and diagonals) shall be fabricated from weathering steel 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 19 miles east of Hoodsport, Washington near the Olympic National Park Staircase Area. The NPS shall be responsible for unloading the bridge from the truck at the time of arrival. The supplier shall notify the NPS six (6) days in advance of the expected time of arrival. DESIGN REQUIREMENTS: The bridge shall be five-foot wide by 45-foot long. The bridge shall be designed for fabricated for dead load plus 255 PSF snow loading, live load 85 PSF, exposure B per uniform building code, and wind speed of 80 calculated with wind acting on entire bridge vertical face as if it we fully enclosed. Dead load camber at mid-span shall be approximately 6 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 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 A588, Type 3, high strength bolts. The bridge shall be an open "pony" truss design with one diagonal per panel, with a treated timber deck. The top chord shall be parallel with the bottom chord. 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 bridge shall be designed to include CCA treated timber/wood decking members. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, effective 12 June 2008. This is a service disabled veteran owned set-aside. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this solicitation with the following addendum: Within six (6) 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. All drawings and calculations shall be signed and sealed by a licensed professional engineer. 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 August 21, 2008, 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
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d10e4401dcbb6fba9562d036be01f9e7&tab=core&_cview=1)
 
Place of Performance
Address: Olympic National Park, Ozette District, Clallam Co., WA<br />
Zip Code: 98362<br />
 
Record
SN01639249-W 20080815/080813223539-d10e4401dcbb6fba9562d036be01f9e7 (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.