Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2003 FBO #0640
SOLICITATION NOTICE

54 -- Design, Fabrication and Delivery of Span Bridge to Chickamauga Lock, US Army Corps of Engineers, Nashville District

Notice Date
8/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
USA Engineer District, Nashville - Civil, P.O. Box 1070, 801 Broad Street, Nashville, TN 37202-1070
 
ZIP Code
37202-1070
 
Solicitation Number
DACW62-03-T-0025
 
Response Due
9/12/2003
 
Archive Date
11/11/2003
 
Point of Contact
Kristal JOnes, (615)736-7916
 
E-Mail Address
Email your questions to USA Engineer District, Nashville - Civil
(kristal.r.jones@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA 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 b eing requested and a written solicitation will not be issued. The solicitation number is DACW62-03-T-0025 and is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Fe deral Acquisition Circular 01-15. This is a 100% small business set aside.CHICKAMAUGA LOCK SPECIFICATIONS FOR BRIDGE BETWEEN LOCK WALLS GENERAL: This specification is for the design, fabrication, and delivery of a prefabricated simple span bridge of welded steel construction. The bridge shall be a Connector style bridge as manufactured by Steadfast Bridge Company or equal of similar construction as shown on Attachment A of this specification. The bridge deck shall be a galvanized steel grating deck. The b ridge shall be designed to be removable. Lifting lugs shall be installed on the bridge to aid in future removal. Lifting lugs shall be provided for a lift by a single crane and for a lift by a crane on each end of the bridge (lugs located on end posts). Also removable jacking arms shall be provided as shown on Attachment A. The bridge manufacturer shall have been in the business of design and fabrication of bridges for a minimum of five years and provide a list of five successful bridge projects, of simi lar construction, which have been in service at least three years. DIMENSIONS: Inside clear width of bridge shall be 8 feet. Bridge shall span the 59'-11 inch wide opening between lock walls meeting parameters of foundation design shown on Attachment A. Br idge shall be cambered to offset dead load and appear flat. All vertical truss members shall be plumb after the bridge is erected. DESIGN: The bridge shall be designed by a professional engineer experienced in pony truss bridge design and top chord stabil ity criteria utilizing elastic lateral restraints. At least 1 inch clearance shall be provided between the bridge and lock walls. Bridge shall be designed in accordance with the AISC ??????Manual of Steel Construction: Allowable Stress Design?????? and AIS C ??????Hollow Structural Sections Connections Manual?????? latest edition. AASHTO ??????Standard Specifications for Highway Bridges?????? shall be used for live load distribution and loading combinations. In addition to normal dead loads, the bridge shal l be designed for the following: Pedestrian uniform live load of 85 pounds per square foot. Fully loaded Clark fork lift model CDP 30 using the following criteria for analysis: Combined fork lift and load weight of 14,000 pounds plus 10% impact applied to one axle, track dimension of 3'-4???? inch (center of tire to center of tire), tire footprint of 9 inches perpendicular to bridge span and 6 inches parallel to bridge span under full load with impact. Pedestrian live load and vehicle live load need not b e combined. Minimum wind load of 35 pounds per square foot. The wind shall be calculated on the entire vertical surface of the bridge as if fully enclosed. Temperature differential of 120 degrees Fahrenheit. Differential movement of ???? inch of the lock walls. The vertical deflection of the bridge due to pedestrian live load shall not exceed 1/400 of the span length. Deflections due to vehicular live load need not be considered. The horizontal deflection due to lateral wind load shall not exceed 1/500 o f the span length. The contractor shall specify the maximum load capacity for a two axle vehicle with equal loading to each axle, axles spaced at 7??????, wheel transverse spacing at 5??????. MATERIALS: All structural members shall have a minimum thicknes s of 3/16 inch. Bridge shall be fabricated from ASTM A242, ASTM A572, or ASTM A588 (Fy = 50,000 psi) steel for plates and structural shapes and ASTM A500, ASTM A606 or ASTM A847 (Fy = 50,000 psi) for tubular sections. This bridge shall be provided with a steel grating deck or a steel grid deck connected to the bridge by mechanical fasteners. Decking shall be galvanized in accordance with ASTM A123 with smooth be aring bars. Welding materials shall be in strict accordance with the American Welding Society (AWS), Structural Welding Code, D1.1. Welding electrodes shall be E70 or E80 series. Anchor bolts shall be ???? inch diameter epoxy grouted anchors, HILTI HVU Ad hesive System or owner approved alternate. Slip pads of PTFE (polytetrafluorethylene) or owner approved equal shall be provided between smooth surfaced setting and bearing plates to accommodate differential movements. FABRICATION: Bridge fabricator shall b e certified by the American Institute of Steel Construction to have the personnel, organization, experience, capability, and commitment to produce fabricated structural steel for Conventional Steel Structures and Simple Steel Bridge Structures with Sophist icated Paint Endorsement as set forth in the AISC Certification Program. Welding shall be in accordance with the AWS Structural Welding Code and shall be done by AWS certified welders. The connection of bridge end post to top chord should be a mitered join t with the exposed welds ground smooth. To prevent rust runs on painted structures, open ends of all tubes shall be capped and seal welded. Wherever practical, member end connections and steel on steel contact surfaces, such as stringer to floor beam conn ections, shall be welded all around. Long seams between members or any seam which cannot be practically welded shall be caulked. Owner shall be allowed free access to the necessary parts of the manufacturer's plant to inspect fabrication. RAILINGS & ACCES SORIES: All railings shall have a smooth inside surface with no protrusions or depressions. All ends shall be closed and ground smooth. Handrail shall be a minimum of 42 inches above the floor deck. Continuous safety rails shall be located on the inside o f the trusses between the hand rail and the toe plate. The rails shall be horizontal with a maximum opening of 6 inches. Rails shall be 1???? inches tubular sections or approved equal. A 4 inch tall by 2 inches wide tubular steel toe plate or owner appro ved equal shall be located ???? inch above the floor deck. SURFACE PREPARATION AND COATING SYSTEM: All structural steel shall be sandblasted in accordance with the Steel Structures Painting Council (SSPC) SP-10 standards, ??????Near-White Blast Cleaning??? ???. Coating System Primer: Ameron Dimetcote 9 Inorganic Zinc at 2.5-3.0 mils dft or Carboline Carbo-Zinc 11 at 2.5-3.0 mils dft Intermediate: Ameron Amercoat 385 Epoxy at 4-6 mils dft or Carboline 890 Epoxy at 4-6 mils dft Finish: Ameron Amercoat 450 HS A liphatic Polyurethane at 2-3 mils dft or Carboline 134 HS Polyurethane at 2-3 mils dft Total Dry Film Thickness??????8.5-12 mils Finish colors to be determined at time of award of contract. Coatings damaged prior to or during shipment shall be cleaned to r emove all loose dirt, debris, and loose rust by following the SSPC SP-2 and SP-3 standards. The surfaces shall be cleaned sufficiently down to a sound substrate using hand and power tools. Edges of remaining coating shall be sanded smooth to a ??????feat her edge?????? condition prior to applying the coating. After the proper cleaning, prime these areas with Ameron Amerlock 400 AL or Carboline Carbomastic 15 at 5-7 mils dft. Finish coat with Ameron 450 HS or the Carboline 134HS products listed above. DEL IVERY AND ERECTION: Bridges shall be delivered by truck to a location nearest to the site accessible by roads. Hauling permits and freight charges are the responsibility of the manufacturer. The manufacturer shall notify the customer in advance of the expe cted arrival time. Information regarding delays after the trucks depart the plant such as inclement weather, delays in permits, re-routing by public agencies or other circumstances shall be passed on to the customer as soon as possible but the expense to the owner of such unavoidable delays will not be required of the manufacturer. The manufacturer shall advise the customer of the actual lifting weights, attachme nt points and all necessary information to install the bridge. Unloading and installation are the responsibility of the owner. The engineering, design and construction of the bridge seats in the lock walls shall be by the owner. The owner will provide and install the anchor bolts in accordance with the manufacturer's anchor bolt spacing dimensions. The manufacturer shall provide the seat plates. All grounding and lightning protection shall be the responsibility of the owner. WARRANTY: The manufacturer sh all provide a warranty against defects in material and workmanship for a period of fifteen years. DRAWINGS AND CALCULATIONS: Shop drawing and design calculation submittal is required and will be returned to the contractor within 14 working days. All drawin gs shall be on ANSI standard size sheets, 22 inches X 36 inches. The contract number shall be shown in or near the title block. Drawings and calculations may be submitted in electronic format, drawings preferably in Autocad. Drawing copies submitted shal l be of suitable quality for microfilming. The drawings shall include installation and anchorage details, material specifications, geometry, and a bill of material. 1 EA @ __________ = $__________Attachment A and drawings are available at www.lrn.usace.arm y.mil/ebs/AdvertisedSolicitations.asp Prospective vendors MUST register at the website in order to obtain the drawing. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. The Offeror shall include a comp leted copy of the provision at FAR 52.212-3, Offeror Representations and Certifications--Commerical Items, with the substituition of DFARS 252.225-7000 Buy American Act and Balance of Payments Program Certficate insted of the provision at FAR 52.225-2, Buy American Act--Balance of Payments Certficate, and include DFARS 252.204-6, Required Central Contractor Registration. The clause at FAR 52.214-4, Contract Terms and Conditions--Commercial Items applies to the solicitation. In addition, the clause at 52.212 -5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--commercial Items applies to this acquisition as do the following additional FAR clauses sited in this clause: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, E qual Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Vete rans of the Vietnam Era (38 U.S.C. 4212); 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; 52.232-33, Payment by the Electronic Transfer Central Contractor Registration (31 U. S.C. 3332). The above referenced clauses and provisions can be accessed electronically, in full text, at the following web site addresses: www.arnet.gov/far and http://farsite.hill.af.mil or the full text may be obtained from Kristal Jones at the telephone number or address listed below. Quotations shall be mailed to the following address: U.S. Army Corps of Engineers, Nashville District, ATTN: CELRN-CT, P.O. Box 1070, Nashville, TN 37202-1070 by 4:30 Central Daylight Time on 12 September 2003. For contra ctual questions, please contact Kristal Jones at (615)736-7916 or Kristal.R.Jones@usace.army.mil.
 
Place of Performance
Address: USA Engineer District, Nashville - Civil P.O. Box 1070, 801 Broad Street Nashville TN
Zip Code: 37202-1070
Country: US
 
Record
SN00416286-W 20030831/030829213842 (fbodaily.com)
 
Source
FedBizOpps.gov 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.