SOLICITATION NOTICE
54 -- Bridge, Portable, Clear Span, Fiberglass
- Notice Date
- 12/17/2008
- Notice Type
- Modification/Amendment
- Contracting Office
- Department of Agriculture, Forest Service, R-9 Ohio River Basin Shared Procurement Cluster, George Washington & Jefferson National Forests, 5162 Valleypointe Parkway, Roanoke, Virginia, 24019
- ZIP Code
- 24019
- Solicitation Number
- AG-51KN-S-09-0003
- Response Due
- 1/26/2009
- Archive Date
- 1/21/2009
- Point of Contact
- Susan Weaver,, Phone: 815-423-2162
- E-Mail Address
-
susanweaver@fs.fed.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 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are hereby requested and further written solicitation will not be issued. Each offeror is to provide the offered product technical description (i.e. make and model, product literature, warranty provisions, price, payment discounts, etc.) in sufficient detail for the Government to evaluate the offer. The requirement is to provide and deliver a fully engineered clear span portable bridge. The bridge shall have no components heavier than 100 pounds and shall require no special experience to construct. The bridge shall be able to be installed by three people in less than one day. The bridge is intended to be used by hikers, bikers and equestrians. The bridge shall also accommodate trail maintenance equipment weighing up to 10,000 pounds. The bridge manufacturer shall have been in the business of design and fabrication of bridges for a minimum of five years and provide a list of five successful bridge projects, of similar construction, each of which has been in service at least three years. List the location, bridge size, owner and contact reference for each bridge. Bridge span will be 30’ (straight line dimension) and shall be measured from each end of the bridge structure. The bridge should provide 6’ clear width across the entire length of the span. The type of bridge system and identification of member component materials shall be submitted with the price quote. Bridges may be precambered to eliminate initial dead load deflections. Cambers of 1% of are acceptable. Structural design of the bridge structure shall be performed by or under the direct supervision of a Licensed Professional Engineer and done in accordance with recognized engineering practices and principles. Bridges will be designed for 85 psf live load, to accommodate a 10,000 pound vehicle load, and for a minimum wind load of 25 psf - the wind is calculated on the entire vertical surface of the bridge as if fully enclosed. Seismic loads shall be determined according to the criteria specified in the standard building codes (IBC, ASCE, or UBC) unless otherwise requested. Response Spectrum Analysis shall be performed in those designs that require complex seismic investigation. All necessary response spectra information will be provided by the client for evaluation. An Allowable Stress Design (ASD) approach will be used for the design of all structural members. Factors of safety used by the contractor in the design of the bridge shall be as follows unless otherwise specified: Tension 2.5; Compression 2.5; Shear 2.5; Bending 2.5; End Bearing 2.5; Connections 3.0. Service loads are used for the design of all structural members when addressing deflection and vibration issues -- criteria used by the contractor in the design of the bridge shall be as follows: Deflection: Live Load (LL) deflection = L/240; Vertical Frequency (fn): = 5.0 Hz. The fundamental frequency of the pedestrian bridge (in the vertical direction) without live load should be greater than 5.0 hertz (Hz) to avoid any issues with the first and second harmonics - Horizontal Frequency (fn): = 3.0 Hz. The fundamental frequency of the pedestrian bridge (in the horizontal direction) without live load should be greater than 3.0 hertz (Hz) to avoid any issues due to side to side motion involving the first and second harmonics. Sustained snow load conditions shall be evaluated for time dependent effects (creep and relaxation) and expected recovery behavior. The offeror shall submit a complete materials list with the quote. Wood decking: No. 2 Southern Yellow Pine treated according to the American Wood Preservers Bureau. Decking shall be sized according to engineering calculations for projected uses with 3” minimum deck thickness. Decking shall be designed to be installed perpendicular to the direction of travel across the bridge. Bolted connections shall be A307 hot-dipped galvanized steel unless otherwise specified. Mounting devices shall be galvanized or stainless steel. Drawings, diagrams and structural calculations, signed and sealed by a licensed Professional Engineer, shall be submitted to the government for their review after receipt of order. All cutting and drilling shall be to a tolerance of 1/16". No material deviations beyond industry standards are accepted. All cut edges to be cleaned and sealed. Railings height are to be a minimum of 54” above the floor. Vertical pickets providing a four inch maximum opening shall be placed on the interior of all structural members. Bridge toe plates shall be 3” channels. The final bridge color shall a natural tone of green, tan or brown and will be selected by the government from samples provided by the contractor to the Contracting Officers Representative. The selected color shall be integral to the bridge structure with no painting required. Delivery is made by truck to a location nearest the erection site accessible by roads. The contractor shall notify the Contracting Officers Representative at least five days in advance of the expected time of arrival at the site. For bridges shipped in component parts or partially assembled, the manufacturer shall provide assembly drawings and a recommended assembly procedure for building the bridge. Temporary supports or rigging equipment, if needed, will be the responsibility of the government. For bridges shipped assembled, the manufacturer shall advise the client of the actual lifting weights, attachment points and all necessary information to install the bridge. The government shall procure all necessary tests/information about the site and soil conditions. The engineering design and construction of the bridge abutments, piers and/or footing shall be by the government. The bridge manufacturer will provide the necessary information pertaining to the bridge support reactions. The government shall install the anchor bolts in accordance with bridge manufacturer’s anchor bolt spacing dimensions. The bridge manufacturer shall warrant the structural integrity of all bridge materials, design and workmanship for a minimum of 15 years; warranty information should be included with the quote. The solicitation number is AG-51KN-S-09-0003 and is issued as a Request for Quotation (RFQ), under the Simplified Acquisition Procedures (SAP), Part 13.5. The NAICS code is 333220. The small business size standard is 500 employees. This acquisition is 100% set aside for small businesses. This solicitation is for a firm fixed price contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular FAC 05-29. The following clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation Commercial Items, the evaluation criteria stated in paragraph (a) of this provision are as follows: (1) Technical Capability to meet requirements stated herein, (2) Price (3) Delivery Time and (4) Warranty -- the contract award will be issued to the best value offer made to the government, considering these evaluation criteria; 52.212-3 Offeror Representations and Certifications – Commercial Items; 52.212-4 Contract Terms and Conditions -- Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items. In paragraph (B) of 52.212-5, the following apply: 52.219-6, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-1, 52.225-3 Alternate I, 52.225-13, and 52.232-33. Vendor must be registered in the Central Contractor Registration (CCR) database in order to receive an award. Information on registration may be obtained via the Internet at: http://www.ccr.gov or by calling 1-888-227-2423. Complete the electronic version of the Online Representations and Certifications (ORCA) at: http://www.bpn.gov. Inspection and acceptance will be made at time of delivery. Delivery is FOB Destination. Delivery site is the USDA Forest Service, Midewin National Tallgrass Prairie, 30239 S State Route 53, Wilmington IL 60481-9066. Delivery is expected within sixty days after receipt of contract award. Interested parties must submit any questions in writing to the Contracting Officer listed below, by fax or email. Quotations and amendments (if any) must be signed, dated and submitted in writing mail/delivery service, email or fax, by 3:00 PM (CST), 06 Jan 2009 to the ATTN: Susan Weaver, Contracting Officer, Midewin National Tallgrass Prairie, 30239 S State Route 53, Wilmington IL 60481-9066; Fax Number: 815-423-6380; Email: susanweaver@fs.fed.us. Please mark the envelope, fax cover page and/or email subject line as a quotation in response to solicitation number, AG-51KN-S-09-0003.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=23ef4c57b0b9e57ab57bc6fc73c04c12&tab=core&_cview=1)
- Place of Performance
- Address: 30239 S St Rt 53, Wilmington, Illinois, 60481-9066, United States
- Zip Code: 60481-9066
- Zip Code: 60481-9066
- Record
- SN01720345-W 20081219/081217215829-23ef4c57b0b9e57ab57bc6fc73c04c12 (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 |