SOLICITATION NOTICE
99 -- Metolius Trail Bridge Materials - Specs and Drawings
- Notice Date
- 5/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 321114
— Wood Preservation
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Central Oregon Procurement, Deschutes NF, 1001 SW Emkay Drive, Bend, Oregon, 97702
- ZIP Code
- 97702
- Solicitation Number
- AG-04GG-S-12-0026
- Point of Contact
- Bryce H. Kamerdula, Phone: (541) 416-6538, Jerold Wesley, Phone: 541 383-5626
- E-Mail Address
-
bhkamerdula@fs.fed.us,
(bhkamerdula@fs.fed.us, ngineer</div)
- Small Business Set-Aside
- Total Small Business
- Description
- Drawings Specs 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. Solicitation AG-04GG-S-12-0026 is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. SET--ASIDE: This acquisition is Set-Aside for Total Small Business. All potential offerors may submit a quote for this acquisition. If a minimum of two competitive offers from eligible small business concerns are not received, any awards resulting from this combined solicitation and synopsis will be made on the basis of full and open competition from all responsible business concerns submitting an offer. The NAICS Code is 321114 and small business size standard is 500 employees. The Government will issue an order as a result of this Request for Quotations to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government, cost or price and other factors considered. The Government may reject any or all quotes, issue orders to other than the lowest quote, and waive minor informalities or irregularities in quotes received. If necessary, the Government may conduct discussion with any or all quoters. DESCRIPTION OF WORK: Work includes furnishing the timber, lumber and all associated hardware (includes, but not limited to Nails, Bolts, Washers, Screws, Pin Connectors and Tie Rods) for two 13' span and one 20' span structural timber, glued laminated trail bridges as shown on the Drawings. This work also includes the furnishing and pressure treatment of 3"X12" rough sawn planks for two 155' Puncheon Trail Bridges, one 61' Puncheon Trail Bridge and the furnishing and pressure treatment of six 6"X6"X36" solid sawn timber sills. Log stringer, post and railings for the Single Log Stringer Trail Bridge shown in drawings will be government furnished, dimensioned, holes drilled and delivered to and transferred from the contractor's pressure treating facility by Forest Service, all of the other items are to be furnished and treated by contractor (includes hardware, sills and cribbing). These structures are shown in the drawings and listed in the Metolius River Trails Bridge Material List. Pressure treat all bridge parts, planks and sills according to drawings, specifications, and general notes provided. In addition, shipment of pressure treated bridge parts, hardware, and structural steel will be delivered to the delivery site (see attached location map). The Contractor shall comply with all applicable Federal, State, and Local permits and regulations. The Contractor shall utilize products and material made from biobased materials and recovered material to the maximum extent possible without jeopardizing the intended use or detracting from the overall quality delivered to the Forest Service. The Contractor shall provide all labor, transportation, tools, and equipment necessary to perform the requirements of this contract. To mitigate the spread of noxious weeds, all equipment entering the site shall be cleaned thoroughly. Equipment will be inspected prior to entrance onto Federal lands by the Contracting Officers Representative prior to entrance onto Federal lands. SPECIFICATIONS: The specifications, vicinity map and project drawings (attached) are a part of this solicitation and any resulting contract. The Forest Service Trail Crew will be installing Contractor's provided material. The specifications and drawings reflect both installation and material to be provided. The Contractor will only be furnishing required materials and delivering those to the delivery site. No installation is required by the Contractor. DELIVERY LOCATION: This project is located on the Deschutes National Forest, Sisters Ranger District. From Bend, take Hwy 20 approximately 21.8 miles west to the junction of U.S. Hwy 20 and N. Pine Street. Turn right onto N. Pine Street and travel approximately 0.3 miles to the junction of N. Pine Street and Forest Service Road 080. Turn left onto Forest Service Road 080 and travel approximately 0.2 miles to the Sisters Ranger District Warehouse. Contractor shall deliver materials to the Sisters Ranger District Warehouse located at 2220 F.S. Loop, Hwy 20 & Pine Street, Sisters, OR 97759 (see location map). The Government will be responsible for off-loading the material at the project site. The Contractor shall coordinate delivery of the bridge materials with the Contracting Officers Representative (COR). CONTRACT TIME: All required work shall be completed and ready for delivery July 31, 2012. Estimated delivery date is July 31, 2012; however, the contractor shall coordinate the exact delivery date and time with the Contracting Officers Representative. The pressure treatment of the log stringer, post and railings for the Single Log Stringer Trail Bridge that will be delivered by the Forest Service as Government Furnished property including required hardware shall be completed by August 30, 2012 for a pickup by August 31, 2012 by the Forest Service. Required pricing shall be submitted below, contractor must price all items to be considered for award. 557(06) Treated Structural Timber, Glued Laminated (Includes all the items for timber and lumber for two 13' span Trail Bridges, one 20' span Trail Bridge and the pressure treatment of them. This work also includes the furnishing and pressure treatment of 3"X12" rough sawn planks for two 155' Puncheon Trail Bridges, one 61' Puncheon Trail Bridge and the furnishing and pressure treatment of six 6"X6"X36" solid sawn timber sills; all items to be furnished and treated by contractor (includes sills & cribbing). Hardware and Structural Steel (Includes, but not limited to Nails, Bolts, Washers, Screws, Pin Connectors and Tie Rods.) Delivery costs included. 1 Lump Sum: ____________ 557(08) Pressure treatment for Log stringer and post and railings for the Single Log Stringer Trail Bridge shown in drawings. The Forest Service will supply as Government Furnished Property dimensioned and holes drilled for the contractor to pressure treat. The Forest Service will pick up at the contractor's site the Log Stringer, post, railings, and hardware specifically for these items. Include costs for treatment and hardware. 1 Lump Sum: ____________ SOLICITATION PROVISIONS AND CONTRACT CLAUSES: The following provisions apply to this acquisition: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (June 1998), website is https://www.acquisition.gov/far/ FAR 52.212-1 Instructions to Offerors Commercial Items (Feb 2012), FAR 52.212-2 Evaluation--Commercial Items (Jan 1999) [Evaluation will be based on Technical Approach, Past Performance, and Price. Technical and Past Performance when combined are slightly more important than cost or price. Technical Criteria includes: 1) Past performance information from the last 3 previous and relevant projects performed with clients name and phone numbers, 2) Production Schedule, 3) How the proposed materials will be in compliance with specifications and drawings, 4) Proposed Treatment Methods. FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (APR 2012); OR the offeror must have completed their annual representations and certifications electronically at http://orca.bpn.gov.The following clauses apply to this acquisition: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), website is https://www.acquisition.gov/far/ and http://www.dm.usda.gov/procurement/policy/index.html for the Agriculture Acquisition Regulation (AGAR), FAR 52-204-7 Central Contractor Registration; Note: Lack of registration in the Central Contractor Registration will make an offer ineligible for award. FAR 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012), the following clauses are addenda to FAR 52.212-4: 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000), 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Dec 2007), 52.236-3, Permits and Responsibilities (Nov 1991), 52.236-13, Accident Prevention (Nov 1991), AGAR 452.209-70, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability of a Felony Conviction Alternate 1(Feb 2012), AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants Alternate 1 (Feb 2012), AGAR 452.236-72, Use of Premises (Nov 1996), 452.236-73, Archaeological or Historical Sites (Feb 1988), 452.236-77, Emergency Response (Nov 1996), FAR 52.22-50 Combating Trafficking in Persons (Feb 2009), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.233-4 Applicable Law of Breach of Contract Claim (Oct 2004), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (APR 2012) under paragraph (b), the following clauses are incorporated: (1) 52.203-6, Restriction on Subcontractor Sales to the Government (Sept 2006), (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (6) 52.209-6, Protecting the Governments Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Dec 2010), (12) 52-219-6, Notice of Total Small Business Set-Aside (Nov 2011), (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011), (15) 52.219-9, Small Business Subcontracting Plan (Jan 2011), (16) 52.219-13, Notice of Set-Aside Orders (Nov 2011), (23) Post Award Small Business Program Rerepresentation (Apr 2012), (26) 52.222-3, Convict Labor (Jun 2003), (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012), (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (29) 52.222-26, Equal Opportunity (Mar 2007), (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010), (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007), (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011), (40) 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Mar 2012),(42) 52.225-13 Restriction on Certain Foreign Purchases (June 2008), (47) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003), under paragraph (c), the following clauses are incorporated:(none), Walsh-Healy Public Contracts Act (Dec 2010). SUBMISSION OF OFFERS: Offers are due May 24, 2012 by 4:30 PST C.O.B. Offers may be faxed to Bryce Kamerdula at (541) 416-6661 or mailed to USDA, Forest Service, Ochoco National Forest, Attn: Bryce Kamerdula, 3160 NE 3rd Street, Prineville, OR 97754. Supplemental attachments are available on the Internet at the Federal Business Opportunities (FedBizOpps) website at www.fedbizopps.gov. Submit the following items with offer: 1) Pricing Schedule, 2) Completed Representations and Certifications, as required in FAR 52.212-3 OR the offeror must have completed their annual representations and certifications electronically at (ORCA) http://orca.bpn.gov and 3) Technical Submittal. Questions regarding this announcement must be addressed to Bryce Kamerdula (541) 416-6538 or by email at bhkamerdula@fs.fed.us. Technical questions must be addressed to Jerold Wesley 541 383-5626. COMPANY NAME: ______________________________________________ DUNS NUMBER __________________ TIN: ____________________________ CCR: YES / NO ORCA: YES / NO AGAR 452.209 - 70 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction, Alternate 1(Feb 2012). (a.) Awards made under this solicitation are subject to the provisions contained in the Consolidated Appropriations Act, 2012 (P.L. No. 112-74), Division E, Sections 433 and 434 regarding corporate felony convictions and corporate federal tax delinquencies. To comply with these provisions, all offerors must complete paragraph (1) of this representation, and all corporate offerors also must complete paragraphs (2) and (3) of this representation. (b) The Offeror represents that - (1) The Offeror is [ ], is not [ ] (check one) an entity that has filed articles of incorporation in one of the fifty states, the District of Columbia, or the various territories of the United States including American Samoa, Federated States of Micronesia, Guam, Midway Islands, Northern Mariana Islands, Puerto Rico, Republic of Palau, Republic of the Marshall Islands, U.S. Virgin Islands. (Note that this includes both for-profit and non-profit organizations.) If the Offeror checked "is" above, the Offeror must complete paragraphs (2) and (3) of the representation. If Offeror checked "is not" above, Offeror may leave the remainder of the representation blank. (2) (i) The Offeror has [ ], has not [ ] (check one) been convicted of a felony criminal violation under Federal or State law in the 24 months preceding the date of offer. (ii) Offeror has [ ], has not [ ] (check one) had any officer or agent of Offeror convicted of a felony criminal violation for actions taken on behalf of Offeror under Federal law in the 24 months preceding the date of offer. (3) The Offeror does [ ], does not [ ] (check one) have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/04GG/AG-04GG-S-12-0026/listing.html)
- Record
- SN02746322-W 20120513/120511235822-21caedef5b5e9166efb5cb17950f7b31 (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 |