Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 22, 2000 PSA #2691
SOLICITATIONS

54 -- FULLY ENGINEERED SINGLE SPAN OPEN TRUSS BRIDGE, BOW TYPE TRUSS, EFFIGY MOUNDS NATIONAL MONUMENT

Notice Date
September 20, 2000
Contracting Office
National Park Service, Midwest Regional Office, 1709 Jackson Street, Omaha, Nebraska 68102
ZIP Code
68102
Solicitation Number
Q6290000999
Response Due
September 28, 2000
Point of Contact
Theora McVay 402 221 3487
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; a quotation is being requested and a written solicitation will not be issued. Solicitation Number Q6290000999 is issued as a Request for Quotation using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Subpart 13.5. This acquisition is not set-aside for small business. The Standard Industrial Classification Code is 3441. Line Item 0001: Fully Engineered Single Span Open Truss Bridge (Bow Type Truss). Ends of bridge truss heights shall be a maximum of 1 foot. Center height shall be determined by design, but shall not exceed 12 feet (excluding structural camber).Span Length: 160'-0" (centerline to centerline of supports). Bridge Deck Width: 10'-0" Railing: Pedestrian 3'-6" height. Design Criteria: Dead Loads: Bridge self weight including all members and attachements. Live Loads: AASHTO Pedestrian Guide Specification. 85 psf evenly distributed for pedestrian OR Moving concentrated load equal to 1000 pounds per foot of width (up to 10,000 pounds) plus 30% impact factor in combination with a 20 psf uniformly applied live load. Wind Loads: Minimum wind load of 35 psf applied to the entire vertical surface of the bridge as though it was fully enclosed. Deflections: Maximum deflections shall be less than 1/400 of the span for pedestrian loads and 1/800 of the span for vehicular loads. A 500 plf load shall be used for deflection check of the pedestrian loading condition. Camber: 1 to 2 percent of span length. Toe Plates: Pedestrian toe plates are required and shall be either field or shop installed and shall be detailed on the shop plans. Materials: Truss: All steel shall be weathering steel, ASTM A242 or A588 for plates and shapes and ASTM A606 or A847 for tubular shapes (Fy = 50 ksi, minimum). Member minimum thickness shall be 3/16". Floor: Number One Grade Pressure Treated Yellow Pine (nominal 3"x8") Plank. Pressure treatment shall be a minimum of 0.40 pounds of preservative per cubic foot of wood. Floor shall be designed for applied loads but not less than 100 psf local loading condition. Railing: ASTM A588 Weathering Steel (Fy = 36 ksi, minimum), 42" height above floor level. Bearing / Sliding Surface Material: Teflon Sliding Bearing (manufacturer design). Shipping and Erection: Field splices shall be provided to limit individual segment lengths to less than 75 feet. Two splices shall be provided along the total length of the structure. Warranty: Minimum 15-year warranty against defects in material and workmanship. Other requirements: Shop drawings are required and shall be signed and sealed by a Professional Engineer registered to practice in the State of Iowa. Shop drawings shall be submitted for approval prior to manufacture. Erection instructions and sequencing drawings shall accompany the structure upon delivery. The product must meet or exceed the specifications of the Steadfast Bridges Company, 119 40th Street, Fort Payne, Alabama 35967. Required delivery date shall be on or about April 15, 2001. Delivery will be made to Effigy Mounds National Monument, 151 Hwy 76, Harpers Ferry, Iowa. FOB DESTINATION PRICING IS REQUIRED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 97-19. It is the contractor responsibility to be familiar with applicable clauses and provisions. The following clauses and provisions are incorporated either by reference or full text and are to remain in full force in any resultant purchase order; ____FAR 52.212-1, Instructions to Offerors, Commercial Item (Feb 2000), however, sub-paragraphs (g) and (h) are deleted as this is an RFQ. _____FAR 52.212-2, Evaluations, Commercial Items with the following factors included in FAR 52.212-2(a) used to evaluate offers: Technical Capability to meet the Specifications, Past Performance, and Price. Offerors shall submit a statement of their capability as it relates to the requirements set forth in the specifications; a minimum of 2 references with whom past performance can be verified to include points of contact, telephone numbers and a total contract price. The Government will make award to the responsible contractor whose quote conforms to the solicitation and is the best value to the Government considering price. ____52.212-4 -- Contract Terms and Conditions -- Commercial Items. As prescribed in 12.301(b)(3), insert the following clause: Contract Terms and Conditions -- Commercial Items (May 1999) _____ 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (July 2000) _____ 52.222-3 -- Convict Labor. As prescribed in 22.202, insert the following clause: Convict Labor (Aug. 1996) _____ 52.222-21 -- Prohibition of Segregated Facilities. As prescribed in 22.810(a)(1), insert the following clause: Prohibition of Segregated Facilities (Feb 1999) _____ 52.222-26 -- Equal Opportunity. As prescribed in 22.810(e), insert the following clause: Equal Opportunity (Feb 1999) _____ 52.222-36 -- Affirmative Action for Workers With Disabilities. As prescribed in 22.1408(a), insert the following clause: Affirmative Action for Workers With Disabilities (Jun 1998) _____ 52.225-1 -- Buy American [Act-Balance of Payments Program-Supplies. As prescribed in 25.1101(a)(1), insert the following clause: Buy American Act -- Balance of Payments Program -- Supplies (Feb 2000) (Applicable if order is under $25,000.) _____ 52.225-13 -[Restrictions on Certain Foreign Purchases]. As prescribed in 25.[1103(a)], insert the following [clause]: [Restriction on Certain Foreign Purchases (Jul 2000)] _____ 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration. As prescribed in 32.1110(a)(1), insert the following clause: Payment by Electronic Funds Transfer -- Central Contractor Registration (May. 1999) _____ 52.233-3 -- Protest After Award. As prescribed in 33.106(b), insert the following clause: Protest after Award (Aug. 1996) _____ ALSO APPLICABLE TO ORDERS OVER $10,000: 52.222-35 -- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. As prescribed in 22.1308(a)(1), insert the following clause: Affirmative Action for Disabled Veterans and Veterans of the Vietnam ERA (Apr 1998) _____ 52.222-37 -- Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. As prescribed in 22.1308(b), insert the following clause: Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999) _____ ALSO APPLICABLE TO ORDERS OVER $100,000.: 52.219-14 -- Limitations on Subcontracting. As prescribed in 19.508(e) or 19.811-3(e), insert the following clause: Limitations on Subcontracting (Dec 1996) _____ 252.225-7021 Trade Agreements. As prescribed in 225.408(a)(iv), use the following clause: TRADE AGREEMENTS (Apr 2000). Contact Theora McVay, 402 221 3487 for information regarding this solicitation. Submit signed and dated quotations,referencing RFQ Number Q6290000999, on company letterhead with FAR 52.212-3, Offeror Representations and Certifications Commercial Items. Quotes in response to this combined synopsis/solicitation are due not later than September 28, 2000, 2:00 PM Central Time. Quoters are requested to submit quotes via fax to 402 221 4251. Hard copies should be sent to National Park Service, Midwest Regional Office, 1709 Jackson Street, Omaha, NE 68102, Attention: Theora McVay.
Record
Loren Data Corp. 20000922/54SOL002.HTM (W-264 SN499035)

54 - Prefabricated Structures and Scaffolding Index  |  Issue Index |
Created on September 20, 2000 by Loren Data Corp. -- info@ld.com