Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2012 FBO #3785
SOLICITATION NOTICE

54 -- Purchase 90 Ft Aluminum Trail Bridge with Timber Deck - Fisher Creek Bridge Site FL-NF

Notice Date
4/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115310 — Support Activities for Forestry
 
Contracting Office
Department of Agriculture, Forest Service, R-3 Southwestern Region, 333 Broadway, SE Acquisition Mgmt., Regional Office, Albuquerque, New Mexico, 87102, United States
 
ZIP Code
87102
 
Solicitation Number
AG-344V-S-12-0005
 
Archive Date
5/19/2012
 
Point of Contact
Melissa K. Paquin-Leon, Phone: email only
 
E-Mail Address
mpaquinleon@fs.fed.us
(mpaquinleon@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Fisher Creek Bridge Plan Site, for 90' Aluminum Bridge with Timber Deck The Trails Unlimited Enterprise Unit in Monrovia, Ca has a requirement for the purchase of a 90' Aluminum Trail Bridge on the Fisher Creek Project of the Wakulla Ranger District located on the Apalachiola National Forest near Tallahassee, Florida. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 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. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-38 effective 10 December 2009. The complete text of any of the clauses and provisions are available electronically from the following site: http://fsweb.wo.fs.fed.us/aqm/, regulations. This is a Request for Quote (RFQ) and the solicitation number is AG-344V-S-12-0005 associated NAICS code is 115310 and the associated size standard is $7,000,000.00. Contractor shall provide the following: 90' Aluminum Trail Bridge with Timber Deck (see specifications for details), along with all related engineering and detailing of the bridge. Place of Performance: Fisher Creek on the Wakulla Ranger District, Apalachicola National Forest, Florida. Quote MUST be good for 30 calendar days after close of request. **U.S. Forest Service to be provided the drawings for the fabrication of the trail bridge with timber deck, and must be stamped by a Professional Engineer licensed in the State of Florida. Three individually stamped sets will be provided for review by the U.S. Forest Service. Project to commence 6 Aug 2012. **The complete 90' Aluminum Trail Bridge with timber deck material to be delivered NLT 5 Aug 2012, to the: Fisher Creek Project Site, approximately 10 miles southwest of Tallahassee, Florida; ¾ mile north off Forest Road 305. Contact: Jerry Barrow 626-321-6211. FAR 52.212-1 Instruction of Offerors-Commercial items applies to this acquisition. Addenda to 52.212-1: The following paragraphs are herby deleted from this provision: (e) Multiple offers and (h) multiple awards. OFFER SUBMISSION INSTRUCTIONS -Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code, and Tax Identification Number (4) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items. Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price quote or to complete the certifications on the internet may result in elimination from consideration for possible award. 3. Price quotes and the certifications at FAR 52.212-3 must be submitted via one of the following methods by 3:00PM MT, 4 May 2012 : Email to: mpaquinleon@fs.fed.us; Fax to: 505-842-3111 Attn: Melissa Paquin-Leon or Mail to: Albuquerque Regional Office, USDA Forest Service, 333 Broadway NE Albuquerque, New Mexico 87102. ***NO SUBMISSIONS WILL BE ACCEPTED OTHER THAN THOSE METHODS STATED ABOVE. NO EXCEPTIONS. NOTE: All contractors MUST be registered in the Central Contractor Registration (CCR) Database to receive an award. Information on registration may be obtained by calling 1-888-227-2423 or via the internet at www.bpn.gov. FAR 13-106-2 Evaluation of Quotations or Offers - The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the responsible offeror whose quote represents the best availability, adherence to required specifications, and total overall lowest evaluated price, this will be a representation of the best value to the government. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://fsweb.wo.fs.fed.us/aqm/, regulations. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES Stop Work Order FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009), FAR 52.247-34 FOB Destination (NOV 1991) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (DEC 2009) in paragraph (b) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2008) FAR 52.222-21 Prohibition of segregated facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) FAR 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) FAR 52.232-36 Payment by Third Party (MAY 1999) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.arnet.gov/far/ www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) 52.215-1 Instructions to Offerors--Competitive Acquisition (JAN 2004) AGRICULTURE ACQUISITION REGULATIONS (48 CFR CHAPTER 4) CLAUSES 452.204-70 Inquiries (FEB 1988) FAR 52.215-5 Facsimile Proposals (OCT 1997) (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile proposals as responses to this solicitation. Facsimile proposals are subject to the same rules as paper proposals. (c) The telephone number of receiving facsimile equipment is: 505-842-3111 (d) If any portion of a facsimile proposal received by the Contracting Officer is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document. (1) The Contracting Officer immediately shall notify the offeror and permit the offeror to resubmit the proposal. (2) The method and time for resubmission shall be prescribed by the Contracting Officer after consultation with the offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timelines, provided the offeror complies with the time and format requirements for resubmission prescribed by the Contracting Officer. (e) The Government reserves the right to make award solely on the facsimile proposal. However, if requested to do so by the Contracting Officer, the apparently successful offeror promptly shall submit the complete original signed proposal. Type of products requested: 90' Aluminum Trail Bridge with Timber Deck (see specifications for details) Special Specifications of Products: APPLICABLE CODES AND STANDARDS • Governing Codes and Standards o Bridge shall be designed in accordance with the AASHTO - LRFD Guide Specification for Design of Pedestrian Bridges, December 2009, and AASHTO LRFD Bridge Design Specification, 5th Edition, 2010 • Reference Codes and Standards o ASD/LRFD National Design Specification for Wood Construction, ANSI/AF&PA NDS-2005 o 2010 AWPA Book of Standards, American Wood Protection Association Standards GENERAL FEATURES OF DESIGN • Span Bridge span shall be 90 LF measured from outside of end post to outside of end post. • Width Interior clear width of the bridge shall be 5.5 ft measured from innermost point of rail to innermost point of rail. • System o Bridge shall be a Cascade or equal style aluminum truss bridge, as defined in the structural drawings and this specification, or similar in look and function. Style must be approved in accordance with section 1.1 of this specification. o Bridge shall be fabricated and delivered as two - 45 ft. pre-assembled sections structure, with attached wood deck, to be connected at the mid-span splices on the project site. o Bridge shall be designed utilizing an H-section configuration, where the floor support system intersects the truss verticals above the bottom chord to increase stability. o The top of the top chord shall not be less than 54" above the finished deck for bicycle traffic. • Camber The bridge shall have a vertical camber at midspan equal to 100% of the full dead load deflection plus 1% of the full length of the bridge. • Slope Bridge shall be designed for abutments constructed at the same elevation indicated in the structural drawings/plans. • Deck Bridge shall have a 3" x 12" x 6 ft Pressure Treated Southern Pine decking and shall be treated with Copper Azoles: CA-B in accordance with AWPA Standards for Category UC3B. All treated wood shall meet the requirements of WWPI's Best Management Practices for the Use of Treated Wood in Aquatic Environment. • Bearing Pads Bridge shall include bearing pads, which shall allow the bridge to expand and contract as needed without binding, in accordance with section 5.3 of this document and provide a barrier between the aluminum trail bridge and steel abutments. • Safety & Hand Rails Bridge shall incorporate an aluminum Horizontal Guard Rail system and Toe Rail or an approved equal. o Top of top rail shall not be less than 54 inches above the finished deck. o Clear opening between rails shall reject the passage of a 6 inch diameter sphere up to the height specified in 3.8.1.1 of this document. o Clear opening between bottom rail and finished deck shall reject the passage of a 2" diameter sphere. o All geometry is to be smooth with no sharp corners o Rub rail, 2 x 8 mounted at 12 inches above the flooring to the bottom of rail. • Maximum Weight Bridge shall be designed to such that the maximum shipped weight does not exceed 17,000 lbs. to ensure the most cost effective support structure and installation. Engineering  Design Loads • Dead Load The bridge shall be designed considering its own dead load including structure and wood decking only. No additional dead loads shall be considered. • Pedestrian Live Load Refer to AASHTO LRFD Guide Specifications for Design of Pedestrian Bridges, Section 3.1-Pedestrian Loads. Pedestrian Bridges shall be designed for uniform pedestrian loading of 90 psf. The loading shall be patterned to produce the maximum load effects. • Vehicle Load The bridge shall be designed for an occasional 10,000 lb vehicle loading (Sutter or Sweco trail dozers steel track machine with uniform loading - 4 feet wide by 11 feet long). • Wind Loads o Horizontal Wind Load Refer to AASHTO LRFD Guide Specifications for Design of Pedestrian Bridges, Section 3.4-Wind Loads. o Overturning Wind Load Refer to AASHTO LRFD Guide Specifications for Design of Pedestrian Bridges, Section 3.4-Wind Loads. • Top Chord/Rail Load The top chord, top rail, and vertical posts shall be designed for a simultaneous vertical and horizontal load of 50 pounds per linear foot or a 200 pound point load, whichever is greater, positioned to produce the maximum load effect. • Horizontal Rail The rail system shall be designed for a 200 pound point load, applied transversely over an area of 1 square foot.  Design Limitations • Deflection Refer to AASHTO LRFD Guide Specifications for Design of Pedestrian Bridges, Section 5-Deflections. Vertical deflection should be investigated at the service limit state using load combination Service I in Table 3.4.1-1 of the AASHTO LRFD. Deflection due to the unfactored pedestrian live loading shall not exceed L/360 of the span length. Horizontal deflection under unfactored winding loading shall not exceed L/360 of the span length. • Frame Stability The buckling load factor for the bridge structure shall be no less than 4 for any combination of applied loads, to ensure adequate overall stability and stiffness. • Vibration Refer to AASHTO LRFD Guide Specifications for Design of Pedestrian Bridges, Section 6-Vibration.  Analysis Full structural analyses for the primary bridge structure shall be completed using a 3-D finite element analysis. All member end conditions are to be considered fixed. Other analysis methods may be used for secondary members. All analysis and results necessary to determine the structural adequacy of the bridge shall be reported. The following analyses are required: • Stress and Deflection Analysis shall be completed to determine that all bridge members, critical connections, and bridge configurations are sufficient to adequately resist the following load combinations and in accordance with section 4.2 of this specification: o Load Combination I - Dead Load + Pedestrian Live Load o Load Combination II - Dead Load + Wind Loads o Load Combination III - Dead Load + 10,000 lb. Sutter Trail Tracked Dozer (4' x 11') o Load Combination IV - Top Chord/Rail Load • Frame Stability Buckling analysis shall be completed to determine that the bridge frame is adequately stable and sufficient to resist forces causing it to buckle for the following load combinations and in accordance with section 4.2 of this specification. o Load Combination I - Dead Load + Pedestrian Live Load o Load Combination II - Dead Load + Wind Loads o Load Combination III - Dead Load + 10,000 lb Sutter Trail Dozer • Frequency Frequency analysis shall be completed to determine that the bridge frame is sufficient to avoid resonance due to frequencies likely encountered under normal use for the following load combinations and in accordance with section 4.2 of this specification... o Load Combination V - Dead Load Only  Materials • Structural Members All primary structural members are to be 6061-T6 aluminum for its high strength and corrosion resistance. Secondary members are to be 6000 series aluminum for corrosion resistance. • Deck Decking shall meet one of the following criteria in accordance with section 3.6 of this specification o Pressure Treated Wood - Decking shall be Southern Pine No. 1 that meet the requirements of AASHTO LRFD Bridge Design Specification, 5th Edition, 2010 and the Standard Grading Rules of the Southern Pine Inspection Bureau. All wood shall be treated with Copper Azoles: CA-B in accordance with AWPA Standards for Category UC3B. o All treated wood shall meet the requirements of WWPIs Best Management Practices for the Use of Treated Wood in Aquatic Environments. • Bearing Pads All bearing pads shall be 1" thick UHMW adequately dimensioned to provide support to the structure over the full travel resulting from expansion and contraction. • Fasteners All fasteners required for assembly shall be stainless steel type 304. Insulating washers shall be provided where stainless steel and aluminum contact is anticipated to minimize the potential for galvanic action. • Dissimilar Metals Contact The aluminum bridge structure shall have non-absorbent, non-conductive, insulator like bitumastic paint or other material to insulate the contact with other materials that may have significant metal content such as pressure treated wood treatment (which contains copper) or other metal fasteners.  Fabrication & Assembly • Welding All aluminum members shall be welded using 5356 aluminum filler wire in accordance with AWS D1.2 • Expansion Slots Slots shall be cut into bridge bearing area to allow for proper expansion and contraction of the bridge. • Delivered Weight Bridge shall be shipped in pieces if required to ensure that no individual unit exceeds 8,500 lbs. or a maximum length of 45 ft. • Mid-Span Splices When required to accommodate contractor requirements or those of this specification, mid span splices shall be incorporated and be adequately designed to meet all criteria specified in section 4 of this document. Mid-span splices shall be designed and fabricated in accordance with the Aluminum Association, Specifications and Guidelines for Aluminum Structures, supplemented by Aluminum Structures, A Guide to Their Specification and Design.  Submittals • Fabrication drawings Fabrication drawings and calculations shall be prepared and submitted for review after receipt of the award. Submittal drawings shall be unique drawings to this project, prepared to illustrate the specific portion of the bridge(s) being fabricated. All relative design information such as member size, material specification, dimensions, and required critical welds shall be clearly shown on the drawings. Drawings shall have cross referenced details and sheet numbers. All drawings shall be stamped, and signed by a Professional Engineer registered in the state of Florida. Three individually stamped sets shall be provided for review by the U.S. Forest Service. At minimum the following criteria must be included for approval: • All Relevant Bridge Dimensions • Bridge Cross sections • Sufficient Detailing • Member Cross sections • General Notes indicating material specifications and design loads • Weld Details • Detail of Bolted Splices (if applicable) • Signature and Seal of PE licensed in accordance with this specification • Camber Details • Calculations & Results Structural analysis results and calculations shall be prepared and submitted for review after receipt of the award. All analysis and results necessary to determine the structural adequacy of the bridge shall be shown. Three individually stamped sets shall be provided for review by the U.S. Forest Service. At minimum the following criteria must be included for approval: • Bridge Reactions for all load combinations (I-V) as outlined in section 4 • Expansion and Contraction Requirements and/or induced loads • Critical weld analysis results • Bolted Splice Calculations (if applicable) • Detailed Description of Applied Loads and Conditions for all load combinations • Member maximum allowables for all load and design conditions • FEA boundary conditions • FEA Data Input • FEA results and supplementary calculations for all Stress & Deflection Analyses • FEA results for frame stability analysis. • FEA results for frequency analysis.  Additional specification clarifications: Documentation to ensure the proposed awardee is in compliance with these specifications; the following must be provided, and shall include the following minimum criteria to be considered prior to award: • Examples of bridges constructed and in place 3 yrs or more • Representative Design Calculations • Representative Shop Drawings • Splicing and Erection Procedures • Warranty Information • Inspection and Maintenance Procedures • Certifications showing that the welder meets all the requirements of the Welding Procedures Specifications (WPS) and Procedure Qualification Records (POR) of AWS D1.2 The potential Offeror must be able to comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.farsite.hill.af.mil. The contractor shall coordinate with the Contracting Offers Representative (COR) at each site to assure placement at correct locations. COR will fill out a pre and post inspection sheets verifying that items have been delivered and are operational per spec of the contract. Contractor must stand by until these inspections are complete. Items many require to be relocated within the same general location. Unit should have the ability to relocate as required. The contractor shall coordinate with the Contracting Officer's Representative (COR) at each site to ensure placement at correct locations. Sellers must present their representations and certifications, upon request, through the Online Representatives and Certifications Application (ORCA) at http://orca.bpn.gov Sellers must provide with their quote descriptions accurate information in regards to the quantities and CLINS to which they are or are not quoting. Lack thereof requested information, may result in removal from the competition and/or sellers' offer may not be evaluated for award. The Government intends to potentially award to the responsible offerors whose offers conform to the quote and that will be the most advantageous to the Government based upon Best Value. Offerors will be evaluated based on availability, conformity to specifications and price with all factors being equal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/8371/AG-344V-S-12-0005/listing.html)
 
Place of Performance
Address: Wakulla Ranger District, Fisher Creek Project, 3/4 mile north off Forest Road 305, Tallahassee, Florida, United States
 
Record
SN02712233-W 20120405/120403235006-6e400801cc0c89358c32224d6ab29bb2 (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.