Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 22,2000 PSA#2669

USDI, Bureau of Land Management, Oregon State Office (952), P. O. Box 2965, Portland, Oregon 97208-2965

54 -- FLORAS LAKE PRE-ENGINEERED PEDESTRIAN TRAIL BRIDGE SOL HAQ001064 DUE 091800 POC Madeline Small (503) 952-6222, FAX (503) 952-6312 E-MAIL: BLM, or952mb@or.blm.gov. This is a combined synopsis solicitation for a commercial item prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, 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. Request for Quotation HAQ001064 incorporates provisions and clauses in effect through Federal Acquisition Circular 97-19. See numbered note(s) 1. SIC 3441; Size Standard 500. Line item as follows: Supply and deliver one (1) Glu-lam or equal pedestrian bridge, 80' long, and a minimum of 6' wide, with glue laminated side girder bridge using FIRP Glu-lam beams for the Coos Bay District, Oregon. The bridge substructure shall be a concrete footing that can be either cast in place or precasted. The precast design shall include the location of cable hangers which will be used to move the structure. A bridge detail drawing is available at http://www.or.blm.gov/procurement/solicitations.htm or request at 503-952-6218. The superstructure shall be designed for the following loads: Uniform Live Load 85 pounds per square foot minimum; Wind Loads: per AASHTO, 100 MPH Exposure B with a 30 lb minimum loading; Seismic Load: Zone 3, Seismic risk map of the United States; Foundation: 1500 lbs per square foot. Materials: A. Glu-Lam Beams: Douglas Fir, FIRP and Comb 2. Industrial/Architectural appearance. 100% waterproof glue. Completely fabricated prior to treatment per shop drawings. Glu-lams to include stringers, deck panels, floor beams, purlins, rail posts and railings. B. Sawn Lumber: Douglas Fir No. 1 or better, surfaced as required. Completely fabricated prior to treatment per shop drawings Sawn timbers to include balusters. C. Pressure Treatment: Treat Glu-Lam materials with Pentachlorophenol solvent to a minimum net retention of .3 pcf per AWPA specification C28. The stringers, deck beams and pulins shall receive a heavy oil treatment. The remainder shall receive a light solvent treatment. D. Hardware and Steel: All galvanized hardware and steel required to connect the bridge superstructure together including base shoes, steel diaphragms, rod cross bracing, double grip spikes and all miscellaneous nuts and bolts shall be galvanized embedded steel not included. E. Camber: the superstructure shall be designed with a radius of 500 foot. Construction shall conform with the latest edition Oregon UBC and all applicable ADA requirements. The bridge shall be designed by a Registered Professional Engineer. Design shall be in accordance with the following references: American Association of State Highway and Transportation Officials; AASHTO Standard Specifications for Highway Bridges, Fifteenth Edition, with all subsequent interim specifications; American Institute of Steel Construction Inc., AISC S335 Specifications for structural Steel Buildings Allowable Stress Design and Plastic Design; AISC S329 Allowable Stress Design Specifications for Structural Joints using ASTM A325 or A490 bolts; American Society for Testing and Materials; American Welding Society, Inc.; AWS D1.1-94 Structural Welding Code -- Steel; AWS D1.5-88 Bridge Welding Code; American Wood Preserver Association. The contractor shall prepare and submit 5 copies of the required submittals to the Contracting Officer for approval within twenty working days after award of the contract. The following drawings or submittals are required: A. Certification shall be furnished stating that the design meets all requirements of these specifications and shall indicate the loads for which the structures were designed. The certification shall bear the signature and seal of a registered professional engineer. B. Shop Drawings: Complete and accurate shop drawings consisting of detailed dimensions of all component parts. C. Substructure Design Information consisting of the superstructure support reactions, location, size and projections of the anchor bolts, and detail of reinforcing steel and concrete in the substructure. D. Erection Procedure: The Contractor shall submit the procedure for field assembly and erection of the superstructure including lifting the sections, and the location of temporary supports. This procedure shall be submitted within 60 days after award of the contract. The superstructure shall be designed and manufactured by a company regularly engaged in the manufacture of pre-engineered bridges. The design work shall be performed by or under the direct supervision of a registered professional engineer experienced in the design of such work. Company Representative: The Manufacturer shall provide a company representative to assist in the installation of the bridge. Required delivery date is July 1, 2001. Delivery location is as follows: Proceed 16 miles south of Bandon on Hwy 101, two hundred feet before mile post 289 turn onto Boice Cope County Road. Travel this road for two miles, then turn onto Floras Lake Road. Travel for two miles to Floras Lake Park. The following FAR provisions apply to this RFQ and are incorporated byreference: 52.204-6 Contractor Identification Number -- Data Universal Numbering System (DUNS) Number; 52.212-1 Instruction to Offerors -- Commercial Items; 52.212-2 Evaluation -- Commercial Items Evaluation Factors for Award. Evaluation factors are in descending order of importance: (1) technical acceptability of the offered product(s) including design, materials, and components of assembled bridge, (2) past performance, (3) price and price-related factors including transportation costs to Floras Lake, Oregon, and (4) ability to meet delivery date. Offerors must include a copy of provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with quote, which is available at: http://www.or.blm.gov/procurement/com_cert.htm The following clauses apply: 52.212-4 Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (including 52.203-6, 52.203-10, 52.2l9-8, 52.219-14, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.225-3); and 52-222-20 Walsh-Healey Public Contracts Act. Clauses and provisions can be obtained at http://www.arnet.gov/far. Offerors shall submit signed and dated quotes, either on a SF1449 which may be found at http://www.gsa.gov/forms/pdf_files/sf1449.pdf or letterhead stationary. Quotes shall include the total price of the design, shop drawings of bridge assembly, materials, components, and delivery charges. Quotes shall be sent to Bureau of Land Management, Oregon State Office (OR952), P.O. Box 2965, Portland, Oregon, 97208 by COB (4:15 p.m. local time) on or before September 18, 2000. FAX quotes will be accepted at 503-952-6312. Posted 08/18/00 (W-SN487827). (0231)

Loren Data Corp. http://www.ld.com (SYN# 0222 20000822\54-0001.SOL)

54 - Prefabricated Structures and Scaffolding Index  |  Issue Index |


Created on August 18, 2000 by Loren Data Corp. -- info@ld.com