SOLICITATION NOTICE
99 -- Pedestrian Bridges for the Deleware Water Gap National Recreation Site.
- Notice Date
- 3/29/2010
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NER - GETT Gettysburg National Military Park, Administration 1000 Biglerville Road Gettysburg PA 17325
- ZIP Code
- 17325
- Solicitation Number
- Q4320100418
- Archive Date
- 3/29/2011
- Point of Contact
- Kever L.Swafford Contract specialist 7173343139 KSwafford@nps.gov;
- 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
- N/A
- Description
- 1. Classification Code:9999 Miscellaneous Unclassifiable Items 2. NAICS Code: 423990- Other Miscellaneous Durable Goods Merchant Wholesaler 3. Solicitation Number: Q4320100416 4. Notice Type: Combined Synopsis/Solicitation 5. Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 Streamlined solicitation for commercial items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. 6. This is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. 7. This action is for Full and Open participation. 8. BID SCHEDULE: Bridge Name length of bridge1Turn Farm Bridge 45'2Cold Springs Bridge 30'3Schnover Bridge 30' In accordance with attached Statement of Work Specifications: Supply and deliver 3 each Pedestrian/Trail Bridges and all required materials per specifications below. Bridges will be delivered to Delaware Water Gap National Recreation, Bushkill Maintenance Compound, River Road, Bushkill, PA. 18324. The 3 bridges vary in length but the widths will all be 6ft and will include railings. Contractor shall provide all hardware to bridge assembly and assembly instructions. Bridge construction material shall be fiberglass, fiberglass reinforced plastic, or similar composites and must meet these specifications and all applicable standards. Proposed providers shall have at least 3 years experience in engineering and manufacturing these types of structures. Each bidder is required to identify their intended bridge supplier (if other then themselves) and type of bridge as part of the bid submittal. In addition, contractor shall submit representative design calculations and representative drawings of the intended bridge construction. Award shall be made to the offeror whose quote offers the lowest priced, technically acceptable offer to the Government. The following FAR provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Item (June 2008). Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR). FAR 52.212-2 Evaluation Commercial Items (Jan 1999). FAR 52.212-3 (Feb 2009), Offerors Representatives and Certification-Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2008). FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or executive Orders Commercial Items (Feb 2009), FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003)(15 U.S.C. 644), FAR 52.219-28 Post Award Small Business Program Rerepresentation (JUN 2007)(15 U.S.C. 632(a)(2)), FAR 52.222-3 Convict Labor (JUN 2003)(E.O.11755), FAR 52.222-19 Child Labor Cooperation with Authorities and remedies (JAN 2004)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002)(E.O.11246), FAR 52.222-36 Affirmative Action for Special Disable and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.225-1 Buy American Act-Supplies (Feb 2009), FAR 52.225-2 Buy American Act-Certificate (Feb 2009), FAR 52.225-13 Restrictions on certain Foreign Purchases (Feb 2009), FAR 52.232-33 Payment of Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 12. Additional clauses incorporated in this acquisition by reference include: FAR 52.203-2 Certificate of Independent Price Determination (APR 1985), FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006), FAR 52.253-1 Computer Generated Forms (JAN 1991). 13. Offers may be submitted on company letterhead or stationary and must include the following information: Company name, contact information, DUNS Number, CAGE Code, unit price, payment terms and discount offered for prompt payment and must include the required FAR 52.212-3 Offeror Representations and Certification Commercial Items (Feb 2009) of which copies can be obtained by downloading the document from www.arnet.gov/far. 14. When quoting, please refer to Solicitation Q4320100416. Point of contact is Kever L. Swafford at 717-334-3139 or via e-mail: kever_swafford@contractor.nps.gov Closing date and time for receipt of quote is Friday, April 9, 2010, at 04:00 pm, Eastern Standard Time. Contractors may fax quotes to (717)334-6871 or mail hard copies to Gettysburg National Military Park, Administration, 1000 Biglerville Road, Gettysburg, PA 17325. Copies of FAR Clause 52.212-3 may be accessed via the Internet at www.arnet.gov/far. A formal notice of changes, if applicable will be issued in the FedBizzOpps (www.eps.gov) via an amendment(s). Copies of clause 52.212-3 will be provided upon offeror's request. 15. Should you have any questions, please contact Kever L. Swafford at 717-334-3139 or via e-mail: kever_swafford@contractor.nps.gov National Park ServiceDelaware Water Gap National Recreational AreaBushkill, PA. 18324 Request for Quote 1.1 Description: Supply and deliver 3 each Pedestrian/Trail Bridges and all required materials per specifications below. Bridges will be delivered to Delaware Water Gap National Recreation, Bushkill Maintenance Compound, River Road, Bushkill, PA. 18324. The 3 bridges vary in length but the widths will all be 6ft and will include railings. Contractor shall provide all hardware to bridge assembly and assembly instructions. Bridge construction material shall be fiberglass, fiberglass reinforced plastic, or similar composites and must meet these specifications and all applicable standards. Proposed providers shall have at least 3 years experience in engineering and manufacturing these types of structures. Each bidder is required to identify their intended bridge supplier (if other then themselves) and type of bridge as part of the bid submittal. In addition, contractor shall submit representative design calculations and representative drawings of the intended bridge construction. Bridge Name length of bridge1Turn Farm Bridge 45'2Cold Springs Bridge 30'3Schnover Bridge 30' 1.1DESIGNBridges shall be shall be designed based on American Association of State Highway and Transportation Officials (AASHTO) loading combinations (Standard Specifications for Highway Bridges 1990) as follows:a.85 PSF Uniform live load on full deck area.b.20 PSF uniform live load on full deck area plus one 5000 LB vehicle load.c.30 PSF Wind load on full height of bridge as if enclosed.d.20 PSF upward force.e.Camber - 0% to 1% of bridge length.f.Handrail height - 54 inches - for bicycles.g.Horizontal bars in rail shall have a clear space not greater than 6", from top of decking to 27", and not greater than 8" above 27".h.Toe Plate shall be providedi.Seismic loads in accordance with latest codes. j.Vertical deflection of the floor system members due to pedestrian live load of 85 PSF shall not exceed L/360 of the span length.k.All railings shall have a smooth inside surface with no protrusions or depressions. 1.2MATERIALS A.Bridge Structure: Bridge construction shall be fiberglass, fiberglass reinforced plastic, or similar composites. All materials used shall be low maintenance. Entire bridge structure materials and workmanship shall have a minimum 15-year warranty. Bridge structure shall be green in color.B.Decking: Decking shall be high density polyethylene plastic (HDPE) (Trimax or approved equal). Plastic/Composite lumber may be allowed. All materials used shall be low maintenance. Decking and workmanship shall have a minimum 25-year warranty 1Decking shall be a minimum of 1 inches thick, containing at least 90% recycled post consumer waste by weight. The surface shall meet ADA standards for slip resistance. The static coefficient of friction of the decking shall be a minimum of 0.45, static dry or wet, when tested in accordance with ASTM D2394. Fasteners shall be rust and corrosion resistant. Decking shall be warranted against twisting, warping, or cracking. Water absorption shall be less than 5%. Decking color shall be black. 2. Hardware: Bolted connections shall be A307 hot-dipped galvanized steel unless otherwise specified. Mounting devices shall be galvanized or stainless steel. To be included with the bridges is the following information: 1Shop Drawings: Provide dated shop drawings including details of fabrication, materials used, and all required dimensions. 2Structural Calculations: Provide bridge structural calculations showing design loads used, member stresses, reactions, and similar information needed for analysis, including all bolted splice connections, railing, and decking design. Also provide foundation calculations. Structural design of the bridge shall be performed by or under the direct supervision of a licensed professional engineer licensed to practice in Pennsylvania and all calculations shall be signed and sealed. 3Manufacturers' Catalog Sheets: Submit only pertinent pages; mark each copy of standard printed data to identify specific products proposed for use. 4Manufacturer's Installation/Erection Instructions: Provide complete set of manufacturer's printed instructions and 8 hours of on-site assistance for construction of the first bridge.5Samples: Provide samples of proposed decking, railing, and bridge main structure. Samples shall be large enough to illustrate clearly the functional characteristics and full range of color, texture, and finish.6Inspection and Maintenance Procedures: Provide manufacturer's recommended inspection and maintenance procedures. 1.3MANUFACTURERThe bridge designer and manufacturer shall have at least 3 years demonstrated successful experience in the business.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q4320100418/listing.html)
- Place of Performance
- Address: Delaware Water Gap National Recreation, Bushkill Maintenance Compound, River Road, Bushkill, PA.
- Zip Code: 18324
- Zip Code: 18324
- Record
- SN02105292-W 20100331/100329234827-366d4193d4594f090e0d55b7a4eccd18 (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 |