SOLICITATION NOTICE
E -- Design, fabricate, supply and deliver a fully engineered and prefabricated 5-foot wide by 85-foot long weathering tubular steel truss pedestrian bridge, of welded and bolted structural steel, treated timber deck materials, etc.
- Notice Date
- 8/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, PWR - OLYM - Olympic National Park 600 East Park Avenue Port Angeles WA 98362
- ZIP Code
- 98362
- Solicitation Number
- Q9512090038
- Response Due
- 8/27/2009
- Archive Date
- 8/13/2010
- Point of Contact
- Phaedra Fuller Contract Specialist 3605653009 phaedra_fuller@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
- 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; quotes are being requested and a written solicitation will not be issued. Request for Quote Q9512090038 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written quotations only; oral quotations will not be accepted. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://www.arnet.gov/far. This solicitation is a small business set-aside; all responsible small businesses concerns may submit a quotation that shall be considered by the agency. The North American Industrial Classification Standard (NAICS) code is 332312, with a Small Business Size Standard of 500 employees. This solicitation will result in award of a firm, fixed-price contract. DESCRIPTION: The National Park Service has a requirement to design, fabricate, supply, and deliver a fully engineered and prefabricated 5-foot wide by 85-foot long weathering tubular steel truss pedestrian bridge superstructure, consisting of welded and bolted structural steel (rolled shapes and tubing) construction, treated timber deck materials, continuous steel channel toe plate, bearing devices, and all appurtenances. The structural design of the bridge superstructure shall be performed by or under the supervision of a licensed professional engineer in accordance with the requirement of the American Institute of Steel Construction (AISC). Structural tubing members and their connections shall be designed according to the AISC "Hollow Structural Section Connections Manual", latest edition. SPECIFICATIONS: (1) The bridge size shall be 5-foot wide by 85-foot long. (2) The bridge shall be designed and fabricated for dead load plus 255 PSF snow loading, live load 85 psf, exposure B per uniform building code, and wind speed of 80 mph calculated with wind acting on entire bridge vertical face as if it were fully enclosed. Bridge shall be designed for seismic loads appropriate for the location. Bearing and anchoring devices shall be provided to allow for a differential in temperature of 120 degrees Fahrenheit. (3) Open "pony" truss design with one diagonal per panel, with a treated timber deck, and with the floor system at (or very near) the bottom of the trusses. The top chord shall be parallel with the bottom chord. For maximum waterway opening, the bottoms of the floor beams (or other structural floor members) shall not be more than 3 inches higher or lower than the bottoms of the chords. Raising the deck and floor system to form an "H" truss system is not acceptable. (4) Three horizontal mid-rails, minimum 1-inch x 1-inch angle, shall be evenly spaced on each side, with both edges welded to every vertical post.(5) All steel shall be weathering structural steel tubing. All bolts, pins, etc., are to be high strength.(6) All welding shall be in accordance with the welding section of the AISC Specifications and the American Welding Society (AWS) "Structural Welding Code".(7) Structural steel field splices shall be bolted; no field welding shall be required. Bolted connections shall be made with ASTM A588, Type 3, high strength bolts.(8) A 5-inch continuous steel channel toe plate shall be mounted by the manufacturer inside each truss 4 inches above the deck according to the manufacturer's drawings.(9) The connection of the bridge end post to the top chord shall be mitered joint with the exposed welds ground smooth.(10) The connection of the floor beam into the side of the tubular bottom chord of the truss shall be reinforced with stiffeners.(11) Wood decking material shall be a minimum 2"x6" (may be wider), treated with Copper Naphthenate to above ground conditions according to the American Wood Preserves Association. Prior to treatment of timbers, manufacturer shall shape/cut timbers to exact length and drill holes as need to receive required bolts, so treatment will penetrate all exposed surfaces.(12) The process of wood treatment shall use Best Management Practices to assure a clean product and minimize the potential for chemicals to enter the aquatic environment. The following guidelines shall be used when treating material:(12.1) Treat using Copper Naphthenate which meets AWPA P8, Section 2. The solvent used shall meet the requirements of AWPA Standard P9, Hydrocarbon solvent, Type A or Type C, depending on the product being treated. (12.2) Solution Filtration - The Copper Napthenate solution in use shall be filtered or otherwise kept clean regularly to remove solids which may otherwise be deposited on the wood during treating.(12.3) Follow good housekeeping practices to minimize sawdust and other surface residues on the wood products prior to treatment.(12.4) Expansion Bath - Use a minimum expansion bath of one hour. The maximum temperature of the expansion bath shall be 220 degrees F or 230 degrees F depending on the specific commodity standard limitations. The expansion bath shall be followed by a vacuum period using a minimum of 22" for a minimum for a minimum of two hours. Following the vacuum period, the wood shall be subjected to steaming for a two-hour time period. The minimum temperature during steaming shall be 200 degrees F and the maximum shall be 240 degrees F depending on the species being treated. After steaming, apply a final vacuum for a minimum of four hours at 22" of vacuum. Prior to shipment, visually inspect the treated wood product and reject any pieces with excessive surface residue. Note, however, that an oil carrier may be detected in a surface wipe of a properly treated and acceptable product. Avoid excessive solids or grease-like deposits which can be scraped off the surface. Also, reject material where liquid preservative "bleeds" from the product.(13) The wood decking material shall be installed by the manufacturer, unless otherwise instructed by the NPS in advance of delivery. DELIVERY: Submit delivery lead time with quote. Delivery of the bridge shall be arranged by the manufacturer and shall be F.O.B. Destination to the Barnes Point boat launch ramp near the Storm King Ranger Station in Olympic National Park. A highway sign directs where to turn off of Highway 101. The Storm King Ranger Station is located approximately 18 miles west of Port Angeles, WA, off of Highway 101. The NPS shall be responsible for unloading the bridge from the truck at the time of arrival. The supplier shall notify the NPS at least 6 days in advance of the expected time of arrival. CLAUSES & PROVISIONS: The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers, and this information must be included with your quote in order to be considered eligible for award: (a) Price, which includes the design, fabrication, packing, and delivery of the bridge; (b) Past experience and performance - the bridge manufacturer must have at least five years experience designing and fabricating bridges of this type (open "pony" trusses made of steel tubing, similar span length and a minimum of five successful bridge projects, of similar construction, each of which has been in service at least three years), including a list of projects, bridge sizes and design loads, locations, and owner/contact information; (c) Proposed delivery of the design documents for review following the issuance of the Notice of Award; and (d) Proposed delivery schedule of the structure to the delivery site following date of approval of the design documents (delivery lead time). All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The government reserves the right to make award without discussions. Offerors must also include completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its quote, or be registered in the Online Representations and Certifications Application (ORCA) database at http://orca.bpn.gov. If the Offeror chooses to register online at ORCA in lieu of submitting the provision at 52.212-3, the registration must be completed by the time the quote is submitted in order to be considered eligible for award. The clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and includes the following clauses: 52.219-28 Post-Award Small Business Program Representation; 52.222-03 Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-29 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-01 Buy American Act - Supplies; 52.225-03 Buy American Act - Free Trade Agreements - Israeli Trade Act; 52.225-13 Restricitons on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at 52.247-34, F.o.b. Destination, applies to this acquisition. All offerors must be registered in the Central Contractor Registration (CCR) database at http://www.ccr.gov. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. SUBMITTAL: Quotations must be received no later than Thursday, August 27, 2009, 4:30 p.m., Pacific Daylight Time. Quotation package must include: (a) design drawings and specifications, three copies stamped and sealed by a Registered Professional Engineer; (b) detailed drawings of the connection between the decking and the bridge structure; and (c) documentation that certifies the bridge manufacturer is certified by the AISC to fabricate Major Steel Bridge Structures. Submit quotations to the attention of the Contracting Officer, Olympic National Park, 600 East Park Avenue, Port Angeles Washington 98362 or send by facsimile to (360) 565-3018. The point of contact for this solicitation is: Phaedra Fuller, Contract Specialist, Olympic National Park, telephone: 360-565-3009, email: Phaedra_Fuller@nps.gov. The government reserves the right to cancel this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q9512090038/listing.html)
- Place of Performance
- Address: Delivery to: Barnes Point boat ramp near the Storm King Ranger Station in Olympic National Park. A highway sign directs where to turn off of Highway 101. Storm King Ranger Station is located approx. 18 miles west of Port Angeles, WA.<br />
- Zip Code: 983626757<br />
- Zip Code: 983626757<br />
- Record
- SN01910909-W 20090815/090814000645-c6af56766740b83bf7024c9ee784142f (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 |