Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2013 FBO #4288
SOLICITATION NOTICE

54 -- 70' Steel Bridge - Kays Creek Project - Package #1

Notice Date
8/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-3 Southwestern Region, 333 Broadway, SE Acquisition Mgmt., Regional Office, Albuquerque, New Mexico, 87102, United States
 
ZIP Code
87102
 
Solicitation Number
AG-344V-S-13-0011
 
Archive Date
9/17/2013
 
Point of Contact
Melissa K. Paquin-Leon, Phone: 5058423180
 
E-Mail Address
mpaquinleon@fs.fed.us
(mpaquinleon@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
General Notes... Design Criteria The Trails Unlimited Enterprise Unit in Monrovia, Ca has a requirement for the purchase of one pre-fabricated 70 ft. long weathered steel bridge on the Uinta-Wasatch-Cache National Forest. This is a hike, bicycle, and horse trail bridge. This will be installed by the USFS Trails Unlimited (TU) team on the Kays Creek Project on the Salt Lake Ranger District, located on the Uinta-Wasatch-Cache National Forest. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-38 effective 10 December 2009. The complete text of any of the clauses and provisions are available electronically from the following site: http://fsweb.wo.fs.fed.us/aqm/, regulations. This is a Request for Quote (RFQ) and the solicitation number is AG-344V-S-13-0011 associated NAICS code is 115310 and the associated size standard is $7,000,000.00. Contractor shall provide the following: 70 ft. long weathered steel - hike, bicycle, and horse trail bridge (see specifications for details), along with all related engineering and detailing of the bridge. This 70 ft. steel bridge, will have a 3" x 12" timber deck, and 2 x 12 running deck. Place of Performance: Kays Creek Project of the Salt Lake Ranger District on the Uinta-Wasatch-Cache National Forest, Utah. Quote MUST be good for 30 calendar days after close of request. **U.S. Forest Service to be provided the drawings for the fabrication of the trail bridge, and must be stamped by a Professional Engineer licensed in the State of Utah. Three individually stamped sets will be provided for review by the U.S. Forest Service. Project to commence December 2, 2013. **70 ft. long weathered steel bridge with a a 3" x 12" timber deck, and 2 x 12 running deck. The ordered bridge to be fabricated in two - 35 ft. bridge sections. These sections to be spliced together in the center at the delivered staging area. Material to be delivered NLT December 2, 2013, to the: Kays Creek Project Staging Site, approximately 25 miles North of Salt Lake City, Utah near the town of East Layton. Close to the US Forest Service Fernwood Recreation Area. Approximate Staging area is in Fernwood Subdivision: In East Layton, Utah. This site is approximately 10 miles North of Salt Lake City. Delivery to be coordinated with USFS Trails Unlimited Enterprise Team and the Salt Lake Ranger District. Contact: Jerry Barrow 626-321-6211(TU). FAR 52.212-1 Instruction of Offerors-Commercial items applies to this acquisition. Addenda to 52.212-1: The following paragraphs are herby deleted from this provision: (e) Multiple offers and (h) multiple awards. OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, and Tax Identification Number (4) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items. Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price quote or to complete the certifications on the internet may result in elimination from consideration for possible award. 3. Price quotes and the certifications at FAR 52.212-3 must be submitted via one of the following methods by 3:00PM MT, 03 Sept 2013: Email to: mpaquinleon@fs.fed.us; Fax to: 505-842-3111 Attn: Melissa Paquin-Leon or Mail to: Albuquerque Regional Office, USDA Forest Service, 333 Broadway NE Albuquerque, New Mexico 87102. ***NO SUBMISSIONS WILL BE ACCEPTED OTHER THAN THOSE METHODS STATED ABOVE. NO EXCEPTIONS. NOTE: All contractors MUST be registered in the System for Award Management (SAM) Database to receive an award. Information on registration may be obtained via the internet at www.sam.gov. FAR 13-106-2 Evaluation of Quotations or Offers - The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the responsible offeror whose quote represents the best availability, adherence to required specifications, and total overall lowest evaluated price, this will be a representation of the best value to the government. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://fsweb.wo.fs.fed.us/aqm/, regulations. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES Stop Work Order FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009), FAR 52.247-34 FOB Destination (NOV 1991) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (DEC 2009) in paragraph (b) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2008) FAR 52.222-21 Prohibition of segregated facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) FAR 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-36 Payment by Third Party (MAY 1999) FAR 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/these address(es): www.arnet.gov/far/ www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) 52.215-1 Instructions to Offerors--Competitive Acquisition (JAN 2004) AGRICULTURE ACQUISITION REGULATIONS (48 CFR CHAPTER 4) CLAUSES 452.204-70 Inquiries (FEB 1988) FAR 52.215-5 Facsimile Proposals (OCT 1997) (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 505-842-3111 (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document. (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal. (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timelines, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. Type of product requested: 70 ft. long weathered steel - hike, bicycle, and horse trail bridge (see specifications for details), along with all related engineering and detailing of the bridge. This 70 ft. steel bridge, will have a 3" x 12" timber deck, and 2 x 12 running deck. 70 ft. steel bridge will have: • Specifications for the fabrication of the 70 ft weathered Steel Trail Bridges (see specs below) • Ordered bridge to be fabricated in two- 35 ft bridge sections • Manufacturer to have min. 3 yrs. experience with pedestrian FRP bridge kits, examples already on the ground 2-3 years and load test data or provide the U.S. Forest Service certified load test data of an actual constructed tested bridge. All requested drawings and calculations to be provided to the FS and stamped by the License Professional Engineer. All ordered bridges to be shop erected to ensure components fit properly before shipment to site. Special Specifications of Equipment: Section 964 - Prefabricated Steel Trail Bridges 964.00.01 This work consists of designing, furnishing, and fabricating prefabricated steel trail bridge, including all required materials, hardware, rail systems, and decking as SHOWN ON THE PLANS and general specifications. Work includes all other incidental work necessary to complete the bridge fabrication and delivery. These specifications are for a fully engineered clear span bridge and shall be regarded as minimum standards for design and construction. Design 964.00.02 Engineering Requirements. Structural design of the bridge structure(s) shall be performed by or under the direct supervision of a licensed professional engineer and done in accordance with recognized engineering practices and principles. The engineer shall be licensed to practice in the State in which the bridge is fabricated. The design shall be in accordance with AASHTO LRFD Bridge Design Specifications, Current Edition and as recommended in AASHTO's LRFD Guide Specifications for Design of Pedestrian Bridges, Current Edition. The design shall meet the following requirements unless otherwise SHOWN ON THE PLANS: 1. Pedestrian Load - Main supporting members shall be designed for a pedestrian live load of 90 psf. 2. Vehicle Load - When the clear deck width between railings is greater than 7 ft and less than 10 ft the bridge shall be designed for an occasional single maintenance vehicle of 10,000 lbs (H5 Design Vehicle). When clear deck width is greater than 10 feet, the bridge shall be designed for an occasional single maintenance vehicle of 20,000 lbs (H10 Design Vehicle). The vehicle load shall not be placed in combination with the pedestrian live load or snow load. A vehicle impact allowance is not required. 3. Other Loads- Other loads such as snow, equestrian, wind and fatigue loads and load combinations shall be designed for as specified in AASHTO LRFD and as SHOWN ON THE PLANS. When a snow load greater than the 90 psf pedestrian load is SHOWN ON THE PLANS the bridge shall be analyzed and designed for the controlling load. The Snow load for Kays Creek Bridge is 80 psf. 4. Deflection - Pedestrian live load deflection shall not exceed L/360 for steel, concrete and timber bridges and L/500 for FRP bridges or as SHOWN ON THE PLANS. 5. Vibration - The fundamental frequency of the pedestrian bridge without live load shall be greater than 3.0 hertz in the vertical direction and 1.3 hertz in the lateral direction for steel, concrete and timber bridges and shall be greater than 5.0 hertz in the vertical direction and 3.0 hertz in the lateral direction for FRP bridges. The minimum fundamental frequency for loads other than pedestrian loads, such as equestrian and mule trains shall be determined by the design engineer. 6. Camber - The bridge shall have a vertical camber dimension at midspan equal to 100% of the full dead load deflection plus 1% of the full length of the bridge or as SHOWN ON THE PLANS. 964.00.03 General Features of Design. The following are the required minimum design features unless otherwise SHOWN ON THE PLANS. 1. Span -The required bridge span shall be as 70 ft. as SHOWN ON THE PLANS. 2. Deck Width -The required bridge clear width between railing elements as 5 ft. 8 inches as SHOWN ON THE PLANS. 3. Truss Type - Bridge(s) shall be designed as a through (or box) "Pratt" truss with one (1) diagonal per panel and square end vertical members. 4. Through truss bridges will be designed utilizing underhung floor beams. 5. The top of the top chord shall not be less than 42 inches above the deck (measured from the high point of the riding surface) unless otherwise SHOWN ON THE PLANS. The top cord shall be 54 inches for Kays Creek Bridge design. 6. Safety Rails - Horizontal safety rails shall be placed on the structure so as to prevent a 4 inch sphere from passing through the truss or as SHOWN ON THE PLANS. The safety rail system shall be designed for 50 pounds per linear foot transversely and vertically, acting simultaneously on each rail. 964.00.04 Design Drawings and Calculations. Provide design drawings and calculations for the prefabricated bridge including wind, seismic and bearing forces. The Contractor is responsible for preparing all shop drawings necessary for erection of the bridge. All design drawings and calculations shall have the signature and seal of a registered professional engineer. The Contractor shall submit all design drawings and calculations in accordance with section 903 at least 30 days in advance of the start of fabrication to allow time for review by the CO and correction of any changes. Include plan, elevation, and section views of the pedestrian bridge superstructure, dimensions of all components, connection details, and general and specific notes regarding design and construction. The Contractor and COR shall be provided with detailed installation instructions. Materials 964.00.05 Materials. Conform to the following Sections: Steel Structures FP-03, Section 555 Furnish materials that meet the following requirements: 1. Unpainted Steel - Bridges which are not to be painted shall be fabricated from high strength, low alloy, atmospheric corrosion resistant ASTM A847 cold-formed welded square and rectangular tubing and/or ASTM A588, or ASTM A242, ASTM A606 plate and structural steel shapes (Fy = 50,000 psi). The minimum corrosion index of atmospheric corrosion resistant steel, as determined in accordance with ASTM G101, shall be 5.8. 2. Minimum Metal Thickness - The minimum nominal metal thickness of closed structural tubular metal members shall 0.25 inches. 3. Hardware - All fasteners and hardware shall be in compliance with FP-03, Section 717 and as SHOWN ON THE PLANS. 4. Wood Decking - Wood decking shall be West Coast Regional Douglas Fir or Southern Pine as SHOWN ON THE PLANS. Treated wood shall meet the requirements as SHOWN ON THE PLANS. 964.00.06 Welding 1. Welding Process - Welding and weld qualification tests shall conform to the provisions of the ANSI/AWS D1.5 Structural Welding Code. 2. Welders - Welders shall be properly accredited experienced operators, each of whom shall submit certification of satisfactorily passing AWS standard qualification tests for all positions, satisfactory evidence of experience and skill in welding structural steel with the kind of welding to be used in the work, and who has demonstrated the ability to make uniform, sound welds of the type required. 964.00.07 Submittals 1. Welder certifications showing compliance with Section 964.00.06(2) 2. Welding procedures in compliance with Section 964.00.06(1) 3. Steel Certification - All certified mill test reports shall be furnished upon request. Mill test reports shall show the chemical analysis and physical test results for each heat of steel used in the work. All steel shall be produced in the United States of America and be AISC certified. 4. Bolt Certification - All certified mill test reports shall be furnished upon request. Mill test reports shall show the chemical analysis and physical test results for each heat of steel used in the work. All bolts shall be produced in the United States of America. 5. Wood Certifications - Furnish the following compliance certificates to the CO upon delivery of the wood materials to the jobsite: (a) Verification of compliance with grading rules and species of timber and lumber. Provide certification by an agency accepted as competent by the American Lumber Standards Committee (ALSC). (b) Lot certification of each charge for preservative, penetration in inches, and retention in pounds per cubic foot (assay method) by a qualified independent inspection and testing agency. In addition, have the producer of the treated products provide written certification that Best Management Practices (BMP's) in accordance with "Best Management Practices for Treated Wood in Western Aquatic Environments," published by the Western Wood Preservers Institute (WWPI) and Canadian Institute of Treated Wood, were followed, including a description and appropriate documentation of the applicable BMP's used. (c) Such other certifications as SHOWN ON THE PLANS or called for in the SPECIAL PROJECT SPECIFICATIONS. Provide shop drawings in accordance with section 903 for all bridges 30 days in advance of fabrication when SHOWN ON THE PLANS or in the SPECIAL PROJECT SPECIFICATIONS. Show all dimensions and fabrication details for all cut, framed, or bored timbers. **DELIVERY DATE NLT 2 December 2013 TO THE U.S. FOREST SERVICE Fernwood Recreation Area (Fernwood Subdivision). In east Layton, Utah. This site is approximately 10 miles north of Salt Lake Coty. Delivery to be coordinated with the US. F.S. Trails Unlimited Enterprise Team and Salt Lake Ranger District. Contact Jerry Barrow (TU) 626-321-6211 or 423-476-9776. The potential Offeror must be able to comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.farsite.hill.af.mil. The contractor shall coordinate with the Contracting Offers Representative (COR) at each site to assure placement at correct locations. COR will fill out a pre and post inspection sheets verifying that items have been delivered and are operational per spec of the contract. Contractor must stand by until these inspections are complete. Items many require to be relocated within the same general location. Unit should have the ability to relocate as required. The contractor shall coordinate with the Contracting Officer's Representative (COR) at each site to ensure placement at correct locations. Sellers must present their representations and certifications, upon request, through the Online Representatives and Certifications Application (ORCA) at http://orca.bpn.gov Sellers must provide with their quote descriptions accurate information in regards to the quantities and CLINS to which they are or are not quoting. Lack thereof requested information, may result in removal from the competition and/or sellers' offer may not be evaluated for award. Offerors will be evaluated based on conformity to specifications, price, and availability. The Government intends to potentially award to the responsible offerors whose offers conform to the quote and that will be the most advantageous to the Government based upon Best Value.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/8371/AG-344V-S-13-0011/listing.html)
 
Place of Performance
Address: Uinta-Wasatch-Cache National Forest, Salt Lake Ranger District, Ferwood Subdivision, East Layton, Utah, 84040, United States
Zip Code: 84040
 
Record
SN03153325-W 20130821/130819235017-2afc0a218b2c0c04183012a4d3c9bd4e (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.