Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
MODIFICATION

19 -- CURE WEST DOCK REPLACEMENT Mod 2

Notice Date
8/17/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
IMDE - ACG - Administration, Contracting and General Services National Park Service, IMDE - ACG12795 W. Alameda Pkwy. Lakewood CO 80228
 
ZIP Code
80228
 
Solicitation Number
Q1379100032
 
Response Due
8/19/2010
 
Archive Date
8/17/2011
 
Point of Contact
Joseph R. Gatlin Contracting Officer 3039692660 Joseph_Gatlin@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This modification # 0002 for the CURE West Dock Combined Synopsis Solicitation is to add Section 8-A LOAD REQUIREMENTS, Section 8-B WATER ELEVATION CHANGES, and in section 7, the inclusion of the comment that the bumpers must be able to withstand extreme temperature changes and strong impacts from vessels. This modification or any previous modifications does not change the proposal due date. The proposal due date remains as August 19, 2010, 4PM local time, as stated in section 20. Previous modification 0001was to correct the title at the top of the solicitation. The title was corrected to read " CURE WEST DOCK REPLACEMENT Previous modification 0001 was to correct the NAICS code and Small Business Size applicable to the NAICS Code. The correct NAICS code is 332312 - " Fabricated Structural Metal Manufacturing." The correct size code for NAICS 332312 is 500 employees. Previous modification 0001 also added in Section 12 of the combined synopsis solicitation referencing information from FAR 52.219-14. The combined synopsis solicitation as follows is the same information as provided in the original combined synopsis solicitation with exception of the corrections as noted above. ----------------------------------------------------------------------------------------------------------------------------------------- CURE WEST DOCK REPLACEMENTNational Park ServiceLakewood Major Acquisitions Buying Office (MABO)Lakewood, Colorado 8022808/05/2010 Q1379100032 (1) GENERAL INFORMATIONThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. **** This announcement constitutes the only solicitation; quotations are hereby being requested and a separate written solicitation will not be issued. **** (2) AWARD INFORMATIONThe National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the responsible offeror whose quotation conforms to the solicitation, is fair and reasonably priced, and determined as Lowest Priced Technically Acceptable. Award will be made to the offeror that provides the lowest priced dock system that most closely meets the preference and requirements, as stated and desired, from information provided in the contract line items, dock and decking information, winches and anchors information, and available drawing. This request is to remove the existing west dock system, provide and install a complete encapsulated flotation dock system, including anchors, at the Curecanti National Recreation Area, Elk Creek Marina, approx 14 miles west of Gunnison Colorado. ********This solicitation and subsequent award is a Total Set-Aside for Small Businesses. ******** (3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. (4) Solicitation #: Q1379100032. This solicitation is issued as a Request for Quote. (5) NAICS code: 332312; Small business size standard: 500 employees. The estimated magnitude of a resulting contract, based on this solicitation, ranges between $100,000 and $250,000. (6) CONTRACT LINE ITEMS Contract Line Item No. 1 - Removal of Existing Dock SystemThis item consists of the removal of the existing west dock system to the existing NPS maintenance storage area, approximately mile from the project site.Contract Line Item No. 2 - Dock System This item consists of a complete encapsulated flotation dock system, including walkway, slips, cleats, and anchoring system. Contract Line Item No. 3 - Installation This item consists of the installation of the complete dock, anchors and anchoring system, and attachment to shore.Contract Line Item No. 4 - Optional Item A- Disposal of Existing Dock SystemThis item consists of the removal and offsite disposal of the existing west dock system, including walkway, slips, cleats, and anchoring system. Note: If the optional item A is exercised, it will be exercised at the time of award for line items 2 and 3. Drawings and color photos shall be submitted with the offeror's quotation. The drawings and photos shall describe and show the offered walkways, aggregated and metal decked walkways, railing, anchors, anchoring system, flotation system and typical slip setup. (7) Dock and Decking The NPS prefers that the first 20 feet of the gangway (noted as "A" on the available drawing) be 8 feet in width with Aluminum Grid plate decking and requires no flotation. All offerors shall offer their closest standard product offering. The NPS prefers that the next 120 feet section of the gangway (noted as "B" on the available drawing) be 8 feet in width with Aluminum Grid plate decking and shall require flotation. All offerors shall offer their closest standard product offering. The NPS prefers railing to extend 40 feet from beginning point of gangway at point of ramp, along the left side as facing the gangway(Reference "C" on available drawing), and extend 70 feet along the right side, as facing the gangway (Reference "E" on the available drawing). Note: the railing must be removable for relocation elsewhere on the dock system. The NPS requires Fire Extinguishers mounted within cabinets, with hook mounted life rings with ropes, to be included at a maximum of 50 feet spacing, beginning at the point where the gangway meets the slips. (Reference "F" on available drawing). The NPS prefers Cleats every 15 feet along the gangway, from the end of rails extended to the junction of the slips. (Reference "G" on available drawing. The NPS prefers cleats along each main walkway and finger walkways, (Reference "x" on available drawing). The NPS prefers that the slips and walkways from the point of connection to the gangway be of exposed aggregate decking, with a preference of 8 foot width along the main walkway (Reference "H" on the available drawing. The NPS prefers all finger docks to be 4 feet wide with exposed aggregate decking (Reference "L" on available drawing). The NPS requires 26 double slips; each 20 feet wide x 24 feet long finger docks (Reference "I" on available drawing). The NPS requires 2 double slips; each 20 feet wide x 24 & 28 feet finger docks long at the point outward of the 24 foot long slips. (Reference "K" on available drawing). The NPS requires 4 double slips; each 20 feet wide x 28 feet long finger docks at outward most end of the dock system. (Reference "J" on available drawing). The NPS prefers Bumpers on both sides of finger slips and all dock sides. The bumpers shall be continuous bumper railings of recycled material, and black in color. The bumpers shall be able to withstand extreme temperature changes and strong impacts from vessels. All steel framing shall be galvanized coated. The NPS prefers all Bolts, nuts, washers, pins, etc., to be galvanized or stainless steel, compatible with other connection hardware or materials. (8) Winches and Anchors The NPS requires the awarded offeror to provide and install all components of the anchors and anchorage system to include all anchors, cables, winches, winch stands, dock mounting and bracing components, through-dock underwater cable guides, winch wheels, winch levers, winch brakes, and all necessary attachments and accessories. The NPS prefers the winch system to be low maintenance and easy to adjust with extra cable, two speed gears. The NPS prefers all materials in the anchorage system to be of galvanized steel. The NPS prefers the attachment of the anchorage system to the floating modules shall be of materials adequate to accomplish all design loads and shall use compatible attaching hardware. The NPS will require that all anchoring weights are capable of withstanding all forces applied to the dock system (8-A) LOAD REQUIREMENTS Dead Load: Dead load shall be the entire weight of the floating units and all permanent equipment as called for in the contractor-designed drawings and specifications. Live Load: Live loads for various components shall be a minimum of 30 lbs per square foot or as required by the appropriate design codes. Concentrated Loads: 300 lbs. concentrated, plus 33 percent impact (400 lbs total) over a 12 inch x 12 inch area of deck surface, or as required by the appropriate design codes. Maximum deflection shall be as required by the appropriate design codes. Wind Loads: Uniform load from any direction, 15 psf (77 mph) assuming 100 percent boat occupancy or maximum well dimension, whichever is greatest, on all projected surfaces. Profile height of boats shall be as recommended by ASCE Manual 50, Planning and Design Guidelines for Small Craft Harbors, 1994.Currents, Tides and Waves: These structures and systems shall be designed to withstand storm conditions with a design wave height of 2.5 feet and of a 2.0 second period. Temperature Range: -40F to 95F. Impact Loads: The docks, structure, and float system shall be designed to resist the impact load of an approaching 26 foot long boat equal to the longest dock length at 3.0 feet per second perpendicular to the float. Opposing mooring forces: The wale/cleat system shall resist opposing mooring forces of 2000 lbs. at any point along the length of the unit, with cleats assumed to be at 15 feet centers. Torsional Resistance: Torsional resistance to prevent torsion, rocking and twisting by providing sufficient built-in torsional resistance to prevent no greater than 3 inches variation in normal freeboard at the free end of structures under all possible combination of design loadings. Freeboard: Freeboard under design dead and live loads shall be between 16-22 inches. (8-B) WATER ELEVATION CHANGESLake surface can drop up to 35 feet below maximum reservoir elevation. Occasionally, but rarely, the lake surface can drop up to 65 feet from maximum reservoir elevation. (9) Provisions and clauses noted below may be accessed at http://www.acquisition.gov/far. (10) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; quotes shall contain the following: a) Offeror provided photos and drawings as stated in section 6 above. b) Price proposal for all contract line items, including the optional item. c) Completion of provision 52.212-3 as noted by paragraph 13 below (ORCA information)d) Acknowledgement of any solicitation amendments; e) Offeror's DUNS (Dunn & Bradstreet number) (11) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. As stated in this provision, the Government will award a contract resulting from this solicitation to the responsible offeror conforming to the solicitation and determined as the lowest priced technically acceptable offer., which most closely matches the government's requirements. Technical Acceptability will be determined by, and award made to, the offeror that provides the lowest priced dock system that most closely meets the preference and requirements, as stated and desired, from information provided in the contract line items, dock and decking information, winches and anchors information, and available drawing. (12) The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.203-6 Alt I, 52.204-10, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-9, 52.225-1, 52.225-13, and 52.232-33.Other applicable clauses: 52.204-7, 52.211-11, 52.211-16, 52.212-4, 52.217-5, 52.217-6, 52.217-7, 52.217-9, 52.222-03, 52.223-5, 52.223-06, 52.223-10, 52.223-14, 52.229-03, 52.232-25, 52.233-01, 52.233-03, 52.233-4, 52.237-4, 52.237-5, 52.242-15, 52.242-17, 52.243-01, 52.244-06, 52.246-2, 52.246-20, 52.249-02, 52.249-04, 52.249-08, 52.252-04, DIAPR 2010 Note to Offerors: FAR 52.219-14, as referenced above includes information for this solicitation concerning the non-manufacturer rule that is applicable, and states "that the actual manufacturer or processor be a small business concern" (13) ORCA REGISTRATIONOfferors shall be registered via "ORCA" at https://orca.bpn.gov/login.aspx or complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. If registered in ORCA, the offeror must provide their DUNS number in their quotation offering, in lieu of a hard copy of the Reps and Certs. (14) CCR REGISTRATIONAll offerors wishing to be considered for this solicitation must be registered in the Central Contractor Registration (CCR) database prior to the approximate date of award (08/24/2010). Registration in the CCR database may be completed via www.ccr.gov, and takes approximately seven (7) days for completion. (15) CONTRACT DESCRIPTIONThe work consists of the removal of approximately 540 feet of the existing west dock to a storage area approximately mile from the project site. An optional item is requested for the disposal of the removed system offsite. The work will also consist of providing and installing a new encapsulated flotation dock, anchors, and anchoring system. (16) DELIVERY SCHEDULE and CONTRACT PERIODThe awarded offeror will be expected to begin the removal of the existing west dock and installation of the new dock, anchors, and anchoring system by April 1, 2011, or as quick as weather permits thereafter. The awarded offeror may begin earlier if weather permits. The project shall be completed within 45 days after work begins. Liquidated Damages will be applicable for this requirement. See section 24 below. (17) LOCATION This project is located at the Elk Creek Marina, just off of U.S. Highway 50, approximately 14 miles west of Gunnison, Colorado. To access the project site, follow U.S. Highway 50 to the road sign indicating Elk Creek Marina. The docks are on the west side of the boat launch ramp (not the dock with the marina store). Access is available via paved road with 10 foot wide lanes in each direction. Gunnison, Colorado is the nearest location for food lodging and supplies. Cellular phone connectivity on site is poor. (18) PARK REQUIREMENTSThe contractor shall determine and adhere to road way use regulations for all roads between the point of origin and the delivery site, and responsible for any applicable permits.The contractor shall adhere to all park requirements, rules, regulations, and posted speed limits within all park boundaries.Commencement of this project will be subject to boating, automobile, and pedestrian traffic. The marina will remain open to the public at all times during the project work. (19) MEASUREMENT AND PAYMENTThe measurement for payment shall be for each completed line item as awarded, either line items 1, 2 and 3, or 2, 3 and 4, as noted in section 6 above. Either line item 1 or 4 will be awarded, but not both. Payment will be made at the contracted prices. Payment shall be made via Electronic Funds Transfer to the vendor's bank of record, as indicated in the vendor's current Central Contractor Registration. (20) QUOTE SUBMISSION and DUE DATEIn order to be effectively and equitably evaluated, all offerors must provide drawings and color photos of the product(s) offered. The drawings and photos shall describe and show the offered walkways, aggregated and metal deck walkways, railing, anchors, anchoring system, flotation system and typical slip setup. Notice: Refer to FAR Clause 52.217-5, Evaluation of Options, as prescribed in FAR 17. Submit pricing for base price and all options. Failure to do so may render the proposal unacceptable. In case of error in extension prices, unit governs. In case of errors in summations, the total of the corrected amounts govern. Limit amounts to whole dollars. The Government reserves the right to award options at the time of award. NOTE: Price information shall be submitted on a separate page from all other submitted information. Offerors shall submit their quotations to Joseph Gatlin, National Park Service, 12795 W. Alameda Parkway, Lakewood Colorado, 80228. All quote packages shall be marked "CURE WEST DOCK." Quotes shall be submitted to insure receipt by 4:00 pm local time, Lakewood, Colorado, Thursday. August 19, 2010The anticipated award date is on or about Tuesday, August 24, 2010. All quotation materials shall be submitted in binders or folders with pronged fasteners that will securely contain all provided information. (21) EVALUATION FACTORS FOR AWARD DECISIONAward will be made to the offeror that provides the lowest priced dock system that most closely meets the preference and requirements, as stated and desired, from information provided in the contract line items, dock and decking information, winches and anchors information and available drawing. (22) SITE VISIT:An organized site visit will not be held. Access to the site is open to the public year round. Any questions or requests shall be addressed to the Contracting Officer as found in the contact information section below. (23) CONTACT INFORMATIONFor information regarding this solicitation contact: Joseph Gatlin, Contracting Officer, at joseph_gatlin@nps.gov. (24) LIQUIDATED DAMAGESLiquidated damages will be applicable for this project as stated in the following FAR Clause. 52.211-12 Liquidated Damages LIQUIDATED DAMAGES (SEPT 2000) (a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $160.00 for each calendar day of delay until the work is completed or accepted. (b) If the Government terminates the Contractor's right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. Liquidated damages shall commence 46 days after the awarded offeror commences work at the site. Time will be credited for excused delays. Excused delays are defined as Acts of God, Acts of the Government that cause delay, fires, floods, epidemics, quarantines, strikes, freight embargoes, and unusually severe weather. (Ref FAR 52.249-14) (25) SET - ASIDEThis solicitation and any resulting award, based on this solicitation, is set aside totally for small businesses. (26) DRAWING. Interested parties may request a copy of the available NPS Drawing via email request to Joseph R. Gatlin, at joseph_gatlin@nps.gov. Please note in the subject line, "CURE WEST DOCK SCOPE REQUEST." End.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1379100032/listing.html)
 
Place of Performance
Address: Curecanti National Recreation AreaGunnison, Colorado
Zip Code: 812309304
 
Record
SN02243999-W 20100819/100818000006-8136759187f0170f25b698016ee4acf8 (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.