SOLICITATION NOTICE
78 -- Provide playground equipment and installation PLUS provide play surface and installation, in accordance with specifications, at Stockton Lake Project Missouri.
- Notice Date
- 8/25/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-10-T-0143
- Response Due
- 9/8/2010
- Archive Date
- 11/7/2010
- Point of Contact
- Cynthia Clark, (816) 389-3009
- E-Mail Address
-
USACE District, Kansas City
(cynthia.a.clark@usace.army.mil)
- 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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Provide playground equipment with installation; and a play surface with installation; both per the attached specifications. Includes delivery to and installation at Stockton Lake Project, Missouri. Exact campground location to be determined but will be within 30 miles of Stockton Missouri city limits, in Cedar or Dade county, Missouri. Desired installation date by 30 November 2010. Firm Fixed Price. FOB: Destination, including installation. 1.Vendor must be registered through the Central Contractor Registration System (CCR) at www.ccr.gov prior to contract award. Vendor should also register with the Online Representations and Certifications Application (ORCA) at orca.bpn.gov. 2.This is a Firm Fixed Price Best Value solicitation. This contract will be awarded based on most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Equipment Components; (2) Surfacing Material; (3) Warranty; (4) Price. Vendor should include a diagram and list of the assembled playground components, and surface/containment specifications with warranty information with proposal. 3.Quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect the site constitute grounds for a claim after award. 4.Davis-Bacon Wage Rates are attached and applicable to this acquisition. 5.Bids are due by 2:00 pm CST on Wednesday September 8, 2010. Bids may be submitted by US Mail, delivery, in person, fax, or email at: US ARMY CORPS OF ENGINEERS ATTN: CINDY CLARK 16435 EAST STOCKTON LAKE DRIVE STOCKTON MO 65785 FAX: 816-389-3510 OR 417-276-3510 EMAIL: cynthia.a.clark@usace.army.mil 6.For questions please contact Cindy Clark at cynthia.a.clark@usace.army.mil or 816-389-3009. SPECIFICATIONS: PLAYGROUND STRUCTURE, SURFACE, AND INSTALLATION STOCKTON LAKE PROJECT, MISSOURI The US Army Corps of Engineers, Stockton Lake Project, has a requirement for a playground structure, to include playground equipment with installation and a play surface with installation, in a public use area on Stockton Lake, Missouri, in Cedar or Dade county (exact site to be determined). Options for a second and a third playground structure with the same requirements are included, and may be exercised if funds become available. This is a request for proposal that should meet or exceed the following specifications: 1.GENERAL: Contractor shall provide all equipment, materials, supplies and labor to supply and install play structure(s), to include play structure base and surfacing, as described in the scope of work and elsewhere in the contract. 2.LOCATION AND COLOR: Location will be in a natural resource park area(s) and design should compose of forest-type features and/or colors (ie. sand or tan, green, brown). Overall dimension including impact protection zones should fit in an area no greater than 65 ft. X 65 ft. 3.ADA COMPLIANCE: Play structure design shall meet ADA Accessibility Guidelines for buildings and facilities and all applicable provisions of the current Handbook for Public Playground Safety published by the Consumer Product Safety Commission (CPSC), and of ASTM F1487-98 Standard Consumer Safety Performance Specification for Playground Equipment for Public Use, published by the American Society for Testing and Materials (ASTM). 4.EQUIPMENT SPECIFICATIONS: Specifications for playground equipment include: "Equipment shall be designed for children 5 to 12 years of age. "Equipment shall be free of points, sharp edges and protrusions that may cut or puncture. "Equipment shall be free of protrusions and other elements that may snag clothing or body parts. "Equipment shall be free of angles or openings that may entrap body parts. "Equipment shall be free of pinch or crush points. "Equipment shall be free of splinters and not be subject to future splintering. "Equipment shall have slip resistant walking and climbing surfaces. "Equipment shall have components that drain freely and do not collect water. "Equipment shall have steps and handholds of proper size, spacing and incline where necessary to assist climbing. "Equipment shall have all moving parts constructed of materials that minimize the potential for impact injuries. "Equipment shall have handrails, raised edges and other barriers where necessary to minimize the potential for falls. "Equipment shall have vandal-proof connectors that cannot be loosened or unfastened without specialized tools. "Equipment shall permit easy access by adults for maintenance and emergencies. "Equipment shall be designed to support the maximum possible load able to be imposed on the apparatus. "Equipment shall be designed to be permanently anchored in place. "Equipment shall be constructed of non-rusting and nontoxic materials. "Equipment shall be constructed of materials that will remain durable in an outdoor environment. "Equipment shall not be constructed of wood or contain wooden components. "All necessary posts, hardware, safety rails, fastening devices, clamps, etc shall be provided to insure completed construction as well as compliance with safety requirements. 5.EQUIPMENT ITEMS: Playground equipment shall include as a minimum the following or very similar components: "Curve Shape Slide "Spiral Slide "Wave Slide "Pole Climber "Climber Attachment "Step Climber "Bridge "ADA Steps "Transfer Modules "One Covered Component 6.PLAY SURFACE: Play surface shall be composed of a poured or tile rubber-type surface material and shall meet ADA Accessibility Standards and shall meet American Society for Testing and Materials, ASTM F1292 and STM 355 for fall height and Head Impact Criteria (HIC). Contractor shall provide and install a containment barrier and required base surface for surface material. Containment barrier shall be at ground level. 7.INSTALLATION: The Government shall provide a level site. Contractor shall provide all equipment, materials, supplies, tools, and labor to complete installation of all components of play structure to include equipment and play surface. Delivery shall be complete by 30 November 2010 unless an extension is granted by the Contracting Officer. 8.INSURANCE: The contractor shall provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required by the State of Missouri. Information regarding State requirements may be obtained by contacting Division of Insurance, 573-751-4126 or www.insurance.state.mo.us. 9.SAFETY: The contractor will be expected to take a vital interest in safety hazards, and educate their employees to work and plan their work safely, and comply with all pertinent provisions of the Federal, State, and local regulations. Any open holes or tripping hazards left after working hours shall be secured by use of barrier fencing to prevent accidental injury to the public. 10.CONTRACTOR PROPOSAL: A diagram and list of the assembled playground components and containment/surface specifications with warranty information should be submitted with the contractors proposal. 11.WAGE RATES: Applicable Davis Bacon Act wage rates are available as an attachment NUMBER MO100001 08/06/2010 MO1. CONTRACT CLAUSES: 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FEB 2009) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (AUG 2009) 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (JUN 2010) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) ALTERNATE I (FEB 2000) under which are checked the following clauses: 52.219-6, 52.219-26, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.225-3, 52.232-33, and 52.232-34 52.217-5 EVALUATION OF OPTIONS (JUL 1990) 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) 52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.222-6 DAVIS-BACON ACT (JUL 2005) 52.228-5 INSURANCE--WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) 52.236-9 PROTECTION OF EXISTING VEGETATION, STRUCTURES, EQUIPMENT, UTILITIES, AND IMPROVEMENTS (APR 1984) 52.236-12 CLEANING UP (APR 1984) 52.236-13 ACCIDENT PREVENTION (NOV 1991) 52.236-4035 U.S. ARMY CORPS OF ENGINEERS SAFETY AND HEALTH REQUIREMENTS MANUAL, EM 385-1-1 (JAN 2009) 52.237-1 SITE VISIT (APR 1984) 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2010) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.204-7004 CENTRAL CONTRACTOR REGISTRATION (52.204-7) ALTERNATE A (SEP 2007) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (AUG 2008) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2010) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-10-T-0143/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, Stockton Lake MO 16435 East Stockton Lake Drive Stockton MO
- Zip Code: 65785
- Zip Code: 65785
- Record
- SN02253776-W 20100827/100825234821-55136639979930c867cb4b53e43211ca (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 |