Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2010 FBO #3087
SOLICITATION NOTICE

93 -- Structural Cellular Mat Pavement System - Drawings

Notice Date
5/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
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
DTFH7010Q00005
 
Archive Date
5/21/2010
 
Point of Contact
Antoinette M. Palmer, Phone: 360-619-7726, Telina A. Thompson, Phone: 360-619-7738
 
E-Mail Address
wfl.purchasing@dot.gov, wfl.purchasing@dot.gov
(wfl.purchasing@dot.gov, wfl.purchasing@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
6 page pdf with drawings 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. DTFH70-10-Q-00005, being issued by the Federal Highway Administration, Simplified Acquisition Department with an intent to procure a structural mat pavement system with delivery to the Kwigillingok Village in Alaska prior to July 15, 2010. 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) 2005-40. 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 326199 with an industry size standard of 500 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. *See Clause 52.212-2 below for evaluation criteria. 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. SUMMARY The Denali Commission, in cooperation with the Village of Kwigillingok and the Western Federal Lands Highway Division of the Federal Highway Administration, plans to improve Kuicuaq Slough subsistence trail within Kwigillingok Village. Kwigillingok Village is a Yup'ik Eskimo village located on the western shore of the Kuskokwim Bay near the mouth of the Kwigillingok River (Township 4S, Range 81W, NE 1/4 Sec 1, NW 1/4 & SW 1/4 Sec 2). It is located in an unorganized borough and is approximately 77 miles southwest of Bethel and 388 miles west of Anchorage. The Kuicuaq Slough subsistence trail is a vital transportation link for Kwigillingok Village. This trail currently consists of native tundra and is primarily used by all terrain vehicles (ATV). The purpose of this procurement is to provide the materials and expertise for construction of a structural mat pavement system on the Kuicuaq Slough subsistence trail. The structural mat pavement system must lay on top of the tundra without any excavation required for installation. This will allow year round access to the route while minimizing damage to the tundra caused by ATV use. Installation/construction of the structural mat pavement system will be done by Kwigillingok Village. REQUIREMENT DETAILS This procurement is to provide and deliver all structural mat pavement system materials, three sets of all installation tool sets, and one set of manufacture installation instructions necessary for construction of the structural mat pavement system. The structural mat pavement system must be a minimum of 6 ft. 4 inches wide, and a minimum of 2640 feet long with an intermediate turn out area (minimum of 22 ft. x 12 ft. 7 inches) and two trailhead/park areas (minimum of 22 ft. x 12 ft. 7 inches). The attached plans have additional details. The structural mat pavement system must meet the requirements of the MATERIAL REQUIREMENTS section below. The structural mat pavement system materials must be delivered to three material drop sites along the Kuicuaq Slough subsistence trail as indicated in the attached plans. Specific details as to the material to be delivered to each location must be coordinated with representatives of the Native Village of Kwigillingok listed below. All materials, tool sets and instructions shall be delivered by July 15, 2010. This procurement also includes providing a delivery plan as detailed in the DELIVERY PLAN section below. This procurement also includes providing on site manufacture representation during the first and last week of installation of the structural mat pavement system. (Assume 5 working days per visit, including travel time.) The on-site technical representative will work with the Village of Kwigillingok to coordinate the construction start date, and be on site for the first week of activities to ensure the Village of Kwigillingok understands the manufacture installation instruction, and to provide technical assistance for any questions the village may have during the start up process. The on-site representative will also coordinate with representatives of the Village of Kwigillingok to be on-site for the final week of construction and attend a final walk through of the completed project. The on-site representative will provide a written trip report of each site visit, including at least 10 photos of the installation work and an assessment of how the installation is proceeding. MATERIAL REQUIREMENTS Furnish a structural cellular mat pavement system with open cell geoblocks that is capable of providing support to all terrain vehicles over soft and uneven ground and being able to allow for vegetative growth through it. The geoblocks must be capable of providing support unfilled and without showing significant wear after 100 passes. Include all necessary fittings and materials to connect and anchor open cell geoblocks. Contractor is responsible for replacement of all items damage during delivery process. Obtain proof of receipt of materials in satisfactory condition from the representatives of the Village of Kwigillingok. Single Structural Cellular Mat Unit. Furnish an open cell interconnecting geoblock that use long chain synthetic polymers composed at least 85 percent by mass of polypropylene. Fabricate the blocks in panels of adequate strength to resist installation stresses and long-term loading conditions. Furnish open cell geoblocks with properties that conform to the following: (1) Carbon Black for Ultraviolet Light Stabilization: 1.5 to 2.0 percent by weight. (2) Minimum Crush Strength at 21 degrees C (70 degrees F): 2,900 kPa (420 psi). (3) Flexural Modulus at 23 degrees C (73 degrees F): 240,000 kPa (35,000 psi). (4) Nominal Width x Length: 0.48 m x.96 m (19 inches x 38 inches). (5) Nominal Depth: 50 mm (2.0 inches). (6) Nominal Coverage Area: 0.46 m2 (4.95 square feet). (7) Cells per Unit: 72. (8) Cell Size: 79 mm x 81 mm (3.1 inches x 3.2 inches). (9) Top Open Area per Unit: 87 percent. (10) Bottom Open Area per Unit: 41 percent. Connection Clips. Furnish galvanized or stainless steel connection clips or other approved positive permanent connectors for open cell geoblock connection. Self-tapping or wood screws will not be allowed for connections. Anchors. Provide screw in cable-stayed anchors that can be installed to a minimum depth of 20 inches measured from the ground surface to the cable attachment point. Galvanize the anchors in accordance with AASHTO M111 or ASTM A 123. Anchors shall be capable of developing at least 500 pounds per foot of pull out resistance. See attached plans for details. DELIVERY PLAN Awarded contractor to submit 1 copy of a delivery plan for review and approval at least 30 days before delivery of materials. Submit delivery plan in electronic PDF format by email to michael.traffalis@dot.gov. The Delivery Plan will cover at a minimum: 1.Schedule of Delivery- A narrative and bar chart depiction of activities necessary to successfully deliver the contracted materials to the Village of Kwigillingok at the three designated material drop sites. 2.Installation Tool Set List- A list of all tools (grid connections, tie-downs, etc) necessary for the installation of the structural mat pavement system. 3.Manufacture Instructions for Installation - A copy of manufacture requirements for installation of the structural mat pavement system; any testing that should be performed during installation and guidance on performing this testing. The installation instructions shall be customized for the conditions present on the Kuicuaq Slough subsistence trail. 4.Proposed Method of Delivery of Materials to Coordinated Drop Sites - A description of the plan for delivering the materials to the three drop sites shown on the plans. This includes providing documentation that the material to be placed at each of the drop sites has been coordinated and agreed upon by representatives of the Village of Kwigillingok listed below. Within 10 days after receipt of the delivery plan, the delivery plan will be accepted or rejected. Do not ship materials without an accepted delivery plan. NATIVE VILLAGE OF KWIGILLINGOK REPRESENTATIVES The representatives of the Native Village of Kwigillingok are Mr. Andrew Kiunya, Tribal Administrator (907) 588-8117 akiunya@hotmail.com and Ms. Emma Kiunya, Administrative Assistant (907) 588-8117 emmakiunya@yahoo.com. ACCESS INFORMATION Kwigillingok Airstrip Information: For information about the airstrip in Kwigillingok airstrip, see http://www.airnav.com/airport/PAGG Kwigillingok Barge Landing: For barge landing facilities or possible regular schedule barge service, contact Village of Kwigillingok representatives listed above or other AK barge service providers. ATTACHED INFORMATION (PLANS) See attached.pdf file with 6 pages of drawings. Drawings can also be found at http://www.wfl.fhwa.dot.gov <http://www.wfl.fhwa.dot.gov/> under Contracting; Simplified Acquisitions; Synopsis/Solicitations Postings. RESPONSE TO THIS RFQ MUST CONSIST OF: 1. One copy of completed FAR 52.212-3, Offeror Representations and Certifications Commercial Items, or if registered in ORCA, submit information in accordance with 52.212-3(k)(2) 2. Original and 2 copies of quotation, product information and specifications, and proposed delivery schedule. 3. Three past performance references 4. Prior experience of delivering materials via air cargo or barge Send the above to FHWA-Western Federal Lands Highway Division, ATTN: Toni Palmer, 610 East Fifth Street, Vancouver, WA 98661 Please include DTFH70-10-Q-00005 on the quotation. Offers due 2 pm PDT, May 20, 2010. E-mail, Fax and Oral offers will not be accepted and considered non-responsive. RFQ 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 for both: wfl.purchasing@fhwa.dot.gov. Please include this solicitation no: DTFH70-10-Q-00005 on the subject line. PROVISIONS AND CLAUSES 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 52.225-6 Trade Agreement Certificate (Jan 2005) (a) The offeror certifies that each end product, except those listed in paragraph (b) of this provision is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (b) The offeror shall list as other end products those supplies that are not U.S.-made or designated country end products. Other End Products Line Item No. Country of Origin: [List as necessary] (c) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for those products are insufficient to fulfill the requirements of this solicitation. 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: Specifications of product; ability to meet delivery and schedule timeline; past performance, experience of delivering materials via air cargo or barge and price. (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: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S. C. 2402);52-219-14 Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212); 52.225-5 Trade Agreements (Aug 2009)(19 U.S.C. 2501 et seq, 19 U.S.C. 3301 note; 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/DTFH7010Q00005/listing.html)
 
Place of Performance
Address: Kwigillingok Village in Alaska, Alaska, United States
 
Record
SN02142438-W 20100508/100506235055-5f1d0312f5135c62d5a76c293a20fb9e (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.