Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2009 FBO #2657
SOLICITATION NOTICE

54 -- IDAHO PANHANDLE NATIONAL FOREST - BEEHIVE TRAIL BRIDGE SUPERSTRUCTURE SUPPLY - Drawings

Notice Date
3/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-1 Idaho Panhandle National Forest, 3815 Schreiber Way, Coeur d'Alene, Idaho, 83815-8363
 
ZIP Code
83815-8363
 
Solicitation Number
AG-0281-S-09-0031
 
Point of Contact
Rita Loper,, Phone: (208) 765-7497
 
E-Mail Address
rloper@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
Drawings This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation is issued as AG-0281-S-09-0031 Request for Quote (RFQ). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. The clauses and provisions referenced in this solicitation can be found in full text form at http://www.arnet.gov.far. This is a total small business set-aside and the small business size standard is 500 employees. The North American Industry Classification Code is 332312, Highway Bridge sections, prefabricated metal, manufacturing. One contract will be awarded and will be firm-fixed-price. A quotation is requested for design requirements in accordance with the AASHTO “Guide Specifications for Design of Pedestrian Bridges”, August 1997 edition. In addition to the AASHTO specified loading, the bridge shall be designed for 220 psf snow load. The bridge shall be designed as Half-Through Pony Truss structure having one (1) diagonal per panel and utilizing an under hung floor beam (top of floor beam welded to the bottom of the bottom chord). Fabricate the top and bottom chords and diagonals from square or rectangular tubing. Provide a bridge width of four (4) feet measured from inside face of structural elements at the deck level. Provide a minimum height of 54” from the top of the deck to the top of the top chord. Provide exterior safety rails space to comply with AASHTO “Standard Specifications for Highway Bridges”, 17th edition. Fabricate truss members and bracing components from high strength, low alloy atmospheric corrosion resistant steel. Blast clean all exposed surfaces of steel in accordance with Steel Structures Painting Council Surface Preparation Specification No.7 Brush-Off Blast Cleaning, SSPC-SP & latest edition. Fabricate steel components in a fabricating plant that is certified for “Simple Steel Bridges (Sbr)” under the American Institute of Steel Construction (AISC) Quality Certification Program. The final design shall be prepared by a licensed professional engineer whose signed seal shall be on all the drawings and calculations that are submitted for review. Shop Drawings Requirements: This supply contract is anticipated for award March 25, 2009. Supplier will submit shop drawings for Government review and approval within 30 days of contract award. Government will have 10 days to review and respond from the date of receipt. Shipping and Delivery Requirements: Beehive bridge superstructure will be shipped to a Government Contractor within 10 days of notice for shipment by Contracting Officer. Notice for shipment is anticipated June 15th, 2009 for shipment by June 25th, 2009. Construction Contract anticipate award by May 15, 2009 with Contractor Notice to Proceed anticipated for July 1, 2009. The delivery date is not negotiable with entire bridge superstructure shipped for delivery to Government Contractor by July 1st, 2009. With the notice to make shipment by the Contracting Officer, Supplier will be provided the name and address of the Contractor’s point of delivery. Point of deliver will be within a 40 mile distance of Sandpoint, Idaho and the Contractor will be responsible for offloading of all bridge components from the Supplier’s transport and taking immediate possession. Contractor’s designated delivery site will be capable of receiving via a 65’ flatbed freight truck. The contract will be offered to the best value quote made to the Government, considering past performance and price. Three sheets of drawings attached, shall apply to this acquisition. The provision at FAR 52.212-1 - Instructions to Offerors-Commercial Items applies to this acquisition. NOTE under 52.212-1 (b) (10) submit recent contract references for same or similar items. Offerors are required to complete and include a copy of the following provision FAR 52.212-3, Offer Representation and Certifications-Commercial Items with their quotation. The FAR Clauses 52.212-4, Contract Terms and Conditions Commercial Items, and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items apply to this acquisition. Offers must be received by March 19, 2009 at 4:30 p.m. (Pacific Standard Time) Close of Business at the Idaho Panhandle National Forests, Supervisors Office, Attn: IMAT, 3815 Schreiber Way, Coeur dAlene, Idaho 83815-8363. For more information regarding this solicitation, technical contact Larry Shepherd (208) 765-7408 or Rita Loper, CO at (208) 765-7497 or Charles Stuart, CS at (208) 765-7495.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6f8c71ce24e7bdbe06427ee207d3fe0a&tab=core&_cview=1)
 
Place of Performance
Address: 3815 Schreiber Way, Coeur d'Alene, Idaho, 83815, United States
Zip Code: 83815
 
Record
SN01761258-W 20090306/090304215431-6f8c71ce24e7bdbe06427ee207d3fe0a (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.