Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 26, 2009 FBO #2799
SOLICITATION NOTICE

47 -- Corrugated Metal Round Pipe-Thorne Bay, AK - Culvert drawings

Notice Date
7/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331210 — Iron and Steel Pipe and Tube Manufacturing from Purchased Steel
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, Washington, 98661-3801
 
ZIP Code
98661-3801
 
Solicitation Number
DTFH70-09-Q-00009
 
Archive Date
8/14/2009
 
Point of Contact
Toni M. Palmer, Phone: 360-619-7726, Telina A. Thompson, Phone:
 
E-Mail Address
wfl.purchasing@fhwa.dot.gov, wfl.purchasing@fhwa.dot.gov
(wfl.purchasing@fhwa.dot.gov, wfl.purchasing@fhwa.dot.gov)
 
Small Business Set-Aside
N/A
 
Description
5 pages of drawings H.2, H.3, H.4, H.7 and H.8 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This synopsis/solicitation is a Request for Quotation (RFQ), Solicitation No. DTFH70-09-Q-00009, being issued by the Federal Highway Administration, Simplified Acquisition Department with intent to procure Corrugated Metal Round Pipe, Sediment Retention Sills and Mounting Brackets to be delivered to Thorne Bay, AK on or about November 1, 2009. This solicitation is prepared in accordance with FAR Part 12, the acquisition of commercial items in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed in FAR 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-35. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is UNRESTRICTED. The North American Industry Classification System (NAICS) code is 331210 with an industry size standard of 1,000 employees. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming with the solicitation will be most advantageous to the Government. It is contractor responsibility to be familiar with applicable clauses and provisions. FAR Provisions and Clauses may be viewed and/or downloaded from http://www.arnet.gov/far/. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (website: http://www.ccr.gov/), or be registered prior to receiving award: (888) 227-2423. Once this combined synopsis/solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Description of Requirement: Material needed to conform with the item descriptions and plan requirements as shown. ITEM 1: Corrugated metal round pipe, coupling bands and connection hardware. Diameter 1800 mm; Metal Type – Aluminized Steel. Furnish pipe, special sections, coupling bands, and hardware conforming to AASHTO M 196 for the dimensions and thickness specified. Minimum Metal Thickness – 4.27 mm; Corrugations – (68 mm x 13 mm), (75 m x 25 mm), or (125 mm x 25 mm); Step Bevels – 1:1.5 (vertical: horizontal), lower bevel step height 600 mm. Product Certification Required. Quantity 38.0 m ITEM 2: Sediment Retention Sills (SRS) each consisting of a 12 mm thick, A36 steel plate cut to match the bottom arch of the 1800 mm pipe culvert. The SRS have a total center height of 300 mm. The center height of the SRS is depressed 175 mm from the horizontal plane. Product Certification Required. Quantity SRS 9.0 each ITEM 3: Mounting brackets each consisting of 203.2 mm x 203.2 mm x 76.2 mm x 19 mm thick A36 steel angle, and four 19 mm diameter A36 galvanized steel hex head bolts nuts and washers conforming to ASTM A-449 and A-153. Product Certification Required. Quantity SRS Mounting Brackets 99.0 each ITEM 4: Deliver to and stockpile load in Thorne Bay, AK: Delivery - on or about November 1, 2009 Stockpile - for up to 2 weeks after delivery date Onsite FHWA Project Engineer to be contacted at least two (2) weeks prior to delivery to coordinate the delivery and offloading of the materials. Contact information to be provided upon award. See attached.pdf file with 5 pages of drawings and special requirements H.2, H.3, H.4, H.7 and H.8 for the pipe culvert, SRS and coupling bands. Drawings can also be found at http://www.wfl.fhwa.dot.gov under Contracting; Simplified Acquisitions; Synopsis/Solicitations Postings. Contractor/vendor will complete FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The completed 52.212-3 and quotation can be submitted one of 3 ways: Mail - Federal Highway Administration, Attn: Toni Palmer 610 East Fifth Street, Vancouver, WA 98661. Fax - (360) 619-7855, Attn. Toni. Reference DTFH70-09-Q-00009 on cover sheet E-mail - wfl.purchasing@fhwa.dot.gov. Please include DTFH70-09-Q-00009 on the subject line. Offers due 2 pm PDT, August 13, 2009. Oral offers will not be accepted and considered non-responsive. CONTACTS: Technical Contact: Michael Traffalis, Project Manager 360-619-7787 or Michael.traffalis@fhwa.dot.gov. RFQ process: Toni Palmer, Contracting Officer or Telina Thompson, Purchasing Agent e-mail: wfl.purchasing@fhwa.dot.gov 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 address: www.arnet.gov/far 52.252-2 Clauses Incorporated. By Reference (Feb 1998) This contract incorporates one or more clauses by reference with the same full force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. Also, the full text of a clause may be accessed electronically at this address: www.arnet.gov/far Contract Terms and Conditions that apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- incorporated by reference. FAR 52.212-3, Full Text Offeror Representations and Certifications – Commercial Items. 52.212-2 -- Evaluation –Commercial Items (a) 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 shall be used to evaluate offers: price and ability to meet delivery date and stockpile requirements. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items- (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub.L.108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub.L.108-77,108-78,108-286), Alternate 1 (Jan 2004); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.o.s. proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/WFL/DTFH70-09-Q-00009/listing.html)
 
Place of Performance
Address: Thorne Bay, Alaska, United States
 
Record
SN01886725-W 20090726/090725000149-2853bd10993bc530573899612b78a0f1 (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.