Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2009 FBO #2782
SOLICITATION NOTICE

54 -- Modular Steel Bridge

Notice Date
7/7/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, PWR - REDW Redwood National and State Parks 1111 Second Street Crescent City CA 95531
 
ZIP Code
95531
 
Solicitation Number
Q8485090042
 
Response Due
7/22/2009
 
Archive Date
7/7/2010
 
Point of Contact
Kathryn J. Crowthers Contract Specialist 7074657315 Kathryn_Crowthers@nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
1. GENERAL INFORMATION: 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 and will remain open for 14 days. Quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), number Q8485090042 in accordance with FAR parts 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33.2. SMALL BUSINESS SET ASIDE. The proposed contract is 100% set aside for Small Business Concerns. All responsible small businesses may submit a quotation which shall be considered by the National Park Service (NPS). North American Industry Classification System (NAICS) Code 332313. The small business size standard is 500 employees. Contract Line Item Number will be a single line item for one complete job. The Government intends to issue a firm-fixed price contract to the responsible offeror whose total offer is the most advantageous for the Government, price and other factors considered.3. SCOPE OF WORK: Contractor shall provide all labor and equipment to deliver and install a fabricated painted steel bridge as follows: a. Span 60' out to out; b. Width 16' between rails; c. Pre-cast concrete abutments; d. Pre-cast concrete deck with embedded steel strips; e. Deck panels bolted to stringers, not welded; f. Pedestrian guard rail 54" high per AASHTO requirements; g. Fully engineered with U80 loading; h. 150,000 pound single vehicle load rating; i. painted steel. Contractor shall provide all galvanized hardware and steel required to connect bridge superstructure together including base shoes, steel diaphragms, rod cross bracing, deck screws and all miscellaneous nuts and bolts. Delivery shall include shop drawings, stamped by a registered professional engineer State of California. 4. LOCATION: Humboldt County, CA, northeast of Orick. North fork of Lost Man Creek, along the Geneva Road/Lost Man Creek trail.5. PERIOD OF PERFORMANCE: Work will be begin after September 15, 2009 and is to be completed by March 15, 2010. 6. EVALUATION CRITERIA The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation to the responsible offeror whose offer conforming to the solicitation provides the best value to the government. "Best value" shall be a combination of price and past performance, where price is slightly more important than performance. Past performance indicator shall consist of references from at least three contracts received within the past three years for the same type of work as this project. References must include the contract or job number, agency/business awarding the contract, contracting officer/point of contact, location of work, period of performance, and nature of work performed. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Offers that do not conform completely to the requirements will not be considered. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. All vendors wishing to be considered for this solicitation must be successfully registered in the Central Contractor Registration (CCR) database and have completed online Reps and Certs by the date of proposal submission. Quotations received from offerors who have not successfully and completely registered in CCR and completed Reps and Certs by the proposal submission date will be considered non-responsive and will not be considered. CCR registration may be completed at http://www.ccr.gov. Online Reps and Certs may be completed at http://orca.bpn.gov/publicsearch.aspx. CCR registration typically requires five to seven business days for completion. 7. QUOTATIONS: Quotations shall include (1) the total lump sum price for all work, (2) Business Name, (3) DUNS number, (4) business address, (5) Business Phone, (6) Offeror Name, (7) Past performance references, and (8) Date. Offers shall be clearly marked "Modular Steel Bridge" and may be submitted via e-mail to Kay Crowthers at Kathryn_Crowthers@nps.gov; fax to 707-464-5846; or mailed to Kay Crowthers at 111 Second Street, Crescent City, CA 95531. Quotes shall be submitted to insure receipt by 3:00 pm local time, Crescent City, California, Wednesday, July 22, 2009. The anticipated award date is on or about Tuesday, August 4, 2009. 8. CLAUSES :Offerors must review and comply with the FAR provisions/clauses listed below. This information is available on the Internet at http://www.arnet.gov/far. FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror 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; DIAR 1452.228-70, Liability Insurance (with amounts of $100,000 per person, $500,000 per occurrence, and $1 million property damage; the full text of this clause may be viewed at http://www.doi.gov/pam/1452-3.html@228-70).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8485090042/listing.html)
 
Place of Performance
Address: Redwood National and State ParksSouth Operations Center121200 Hwy 101Orick, CA<br />
Zip Code: 95555<br />
 
Record
SN01867650-W 20090709/090708001400-e52467392de191530dfdc5879debfe8f (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.