Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2011 FBO #3588
SOLICITATION NOTICE

38 -- Repair and Installation of New Guardrail, Yellowstone National Park

Notice Date
9/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
 
ZIP Code
82190
 
Solicitation Number
Q1576110034
 
Archive Date
9/18/2012
 
Point of Contact
Stacy L. Vallie Contracting Officer 3073442076 stacy_vallie@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
Total Small Business
 
Description
This is a COMBINED SYNOPSIS / SOLICITATION for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract as a result of this combined synopsis/solicitation to the vendor; providing the best value to the Government. This announcement constitutes the only solicitation issued as Request for Quotation (RFQ) Q1576110034. A WRITTEN SOLICITATION WILL NOT BE ISSUED. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-53. This RFQ is 100% set-aside for small business concerns. All small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). The North American Industry Classification System (NAICS) code is 237310 and the small business size standard is $33.5M. QUOTES ARE DUE for this combined synopsis/solicitation on September 21, 2011, at 12:00 PM Mountain Daylight time and shall be delivered by the specified time to the National Park Service, Mammoth Supply Center, Building 34, Yellowstone National Park WY 82190, ATTN Contracting Office. Email or faxed quotes are preferred using this form with all required documentation, no oral quotations will be accepted. Offerors must furnish the company name, DUNS number, address, phone and fax number, email address if available, and official point of contact. All Quotes must be signed by authorized company official and faxed to 307-344-2079 or emailed to stacy_vallie@nps.gov. All quotes from small business will be considered, however; to be considered for award, vendor must be registered in the Central Contracting Registration (CCR), www.ccr.gov and we request that you put the Reps and Certs information online at the ORCA website, https://orca.bpn.gov/. All questions regarding this solicitation should be faxed or emailed to stacy_vallie@nps.gov. No phone calls please. Yellowstone National Park requires the repair and installation of 300 feet of new guardrail and posts, 2 miles inside the North Entrance near the Gardiner River Canyon as follows: STATEMENT OF WORK: Work shall include one (1) wrap around end section and 300 feet of new guardrail. The Contractor shall remove and dispose of the old guardrail and posts. Contractor shall provide a safe work zone, including flagging operations during work. Core 10 railing and rectangular treated posts shall be used.Work shall follow the specifications set in the U.S. Department of Transportation, Federal Highway Administration Section 617. GUARDRAIL and Section 710. FENCE AND GUARDRAILGuidelines and materials to which we are looking for as follows:Section 617. GUARDRAILDescription617.01 This work consists of constructing guardrail systems and modifying, removing, resetting, and raising existing guardrail systems. (a) Guardrail systems are designated as follows: G4 Blocked-out W beam standard barrier, Meeting ASHTO, M180 Specifications(b) Steel guardrail types are designated as follows: Weathering Steel (Corten) Guardrail Brown rustConstruction Requirements: Height of Guardrail to meet AASHTO Specifications of 31 inches.Guardrail posts shall not be shortened unless the cut end is set in concrete. Posts shall not be shortened in terminal sections. If an impenetrable object is encountered while placing posts, hole shall be enlarged to provide not less than 150 millimeters clearance on all sides, and to a minimum depth of 0.75 meters. Posts shall be set in concrete to within 150 millimeters of the top of the hole. The remaining 150 millimeters shall be backfilled and compacted with acceptable material. Posts shall be driven into pilot holes that are punched or drilled. The dimensions of the pilot hole shall not exceed the dimensions of the post by more than 15 millimeters. Posts shall be set plumb, backfilled, and compacted.617.04 Rail Elements. Rail elements shall be installed after the pavement adjacent to the guardrail is complete. Specified hole diameters or slot dimensions shall not be modified. (a) Steel rail. Rail elements shall be erected in a smooth continuous line with the laps in the direction of traffic flow. Bolts shall be used that extend at least 6 millimeters, but not more than 25 millimeters beyond the nuts. All bolts shall be tightened.617.07 Removing and Resetting Guardrail. The existing guardrail, posts, and appurtenances shall be removed and stored. Posts that are set in concrete shall be removed and disposed of. All guardrail, posts, and hardware damaged during removal, storage, or resetting shall be replaced. All holes resulting from the removal of guardrail posts and anchors shall be backfilled with granular material. 617.08 Raising Guardrail. The existing guardrail shall be removed. Posts shall be replaced and reset as needed. All guardrail, posts, and hardware damaged during the removal and raising shall be replaced.710.09 Guardrail Posts. (a) Wood posts. Wood guardrail post that has a through check, shake, or end split in the same plane as, or a plane parallel to the bolt hole and extending from the top of the post to within 75 millimeters of the bolt hole shall not be used. 710.10 Guardrail Hardware. Contractor shall conform to the AASHTO-AGC-ARTBA A Guide to Standardized Highway Barrier Hardware, 1995 edition. Contractor shall refer to the US Department of Transportation G4 W-Beam Guardrail Wood Post and Block Detail. EVALUATION FACTORS: The Government shall 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: (i) Technical capability of the item(s) being offered to meet the Government requirement; (ii) Price; and (iii) Past Performance, in order of relative importance. i) Technical Capability: Offeror's understanding of, and ability to perform the prospective contract. Proposals must include verification that the offeror can provide all items as listed in this solicitation and complete work 30 days after award. ii) Price: Pursuant to FAR 15.305, a cost or price evaluation shall be performed to determine the reasonableness of costs or prices proposed and the offeror's understanding of, and ability to perform, the prospective contract. The Government is prohibited from awarding a contract to an offeror unless their proposed prices are determined to be fair and reasonable. iii) Past Performance: A list of a minimum of three federal, state or local government or commercial projects must be furnished which are similar in scope, complexity, and magnitude to the work required under this solicitation, meeting the requirements of the specifications and having been completed by the offeror within the last 5 years. Contractor shall clearly demonstrate their ability to successfully accomplish projects in a timely manner, utilize resources and work with project owners. Offerors shall provide the following information for each project:a) Name of project.b) Description of work.c) Contract number, data and type.d) Name and address of the acquiring government agency or commercial customer.e) Initial contract amount and final contract amount.f) Any problems encountered in performance of the work and corrective action(s) taken.g) Name(s), telephone number(s), and e-mail addresses of references from the acquiring customer who may be contacted for further information. References with incorrect or missing phone numbers, contact names, or e-mails may not be evaluated, potentially resulting in a less favorable rating of the offerors proposal. In addition to the past performance information submitted by the offeror, the government may obtain past performance information from other federal or state agencies. Solicitation #:Q1576110034Quotes due:September 21, 2011, by 12:00 PM Mountain Daylight time Submit to:stacy_vallie@nps.gov or fax to 307-344-2079 Date:______________________Business Name: ______________________________________ Business Address: ____________________________________ ____________________________________ DUNS:______________________________________________ Business Phone: _____________________________________ FAX: _______________________________________________ Email Address:________________________________________ Offeror Name: ________________________________________ Work shall be completed 14 days after award. Line Item 1: Repair and installation of 300 feet of new guardrail and posts, 2 miles inside the North Entrance near the Gardiner River Canyon. TOTAL PRICE: $_______________ This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 2005-53. Provisions and clauses noted below may be accessed at https://www.acquisition.gov/far/index.html. The following clauses and provisions are specifically referenced and are required as part of this solicitation: Provision 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; Provision 52.212-2 EVALUATION-COMMERCIAL ITEMS - (a) The Government shall 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: (i) Technical capability of the item(s) being offered to meet the Government requirement and (ii) Price. Clause 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, We request that you put the Reps and Certs information online at the ORCA website. The website is located: https://orca.bpn.gov/ or a completed copy of the provision at 52.212-3 must be submitted with the bid / offer; Clause 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS applies to this acquisition; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-1, 52.225-13, 52.232-33, 52.233-3, 52.233-4 Prohibition on text Messaging and Using Electronic Equipment Supplied by the Government While DrivingExecutive Order 13513, Federal Leadership on Reducing Text Messaging While Driving, was signed by President Barack Obama on October 1, 2009 (ref.: http://edocket.acce4ss.gpo.gov/2009/pdf/E9-24203.pdf). This Executive Order introduces a Federal Government-wide prohibition on the use of text messaging while driving on official business or while using Government-supplied Equipment. Additional guidance enforcing the ban will be issued at a later date. In the meantime, please adopt and enforce policies that immediately ban text messaging while driving company-owned or -rented vehicles, government-owned or leased vehicles, or while driving privately owned vehicles when on official government business or when performing any work for or on behalf of the government.The Office of the Acquisition and Property Management will issue additional policies and procedures on implementing the Executive Order in the Department of the Interior Acquisition Regulation. END OF COMBINED SYNOPSIS/SOLICITATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1576110034/listing.html)
 
Place of Performance
Address: Yellowstone National Park, Wyoming 82190
Zip Code: 821900168
 
Record
SN02582106-W 20110921/110919234950-550826ec3903901c7cebbfc8d7a66fe8 (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.