MODIFICATION
54 -- Pile Up Creek Culvert Purchase - Solicitation 2
- Notice Date
- 6/7/2012
- Notice Type
- Modification/Amendment
- NAICS
- 332313
— Plate Work Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Wenatchee NF, 215 Melody Lane, Wenatchee, Washington, 98801
- ZIP Code
- 98801
- Solicitation Number
- AG-05GG-S-12-0024
- Archive Date
- 6/26/2012
- Point of Contact
- Mariah R Morris, Phone: 509-664-9317, Lynn Tucker, Phone: 509-664-9234
- E-Mail Address
-
mrmorris@fs.fed.us, ljtucker@fs.fed.us
(mrmorris@fs.fed.us, ljtucker@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Updated solicitation with response date of 6/11/2012 The U.S. Forest Service, Okanogan-Wenatchee National Forest servicing Region 6 has a requirement for designing, manufacturing, and delivering a precast reinforced concrete bottomless box culvert type structure (10' deep, 25' wide, 24'span) to the project site for installation by others. Contractor shall be responsible for providing all labor, tools, material, and equipment necessary to perform all work in strict accordance with the specification and drawings. Payment for contract work will be made only for and under those pay items included in the Schedule of Items. All other work and materials will be considered as incidental to and included in the payment for the items shown. Delivery of the completed structure will be coordinated with the installing contractor as directed by the Contracting Officer's Representative (COR). The project delivery location is on the Naches Ranger District of the Okanogan-Wenatchee National Forest. The project is on the Forest System Road 1900, approximately 42 miles northwest of Naches, WA at the point that FSR 1900 crosses Pile Up Creek. This contract is written to allow the use of either AASHTO standard Specifications for Highway Bridges, 17th edition, 2002 if item 57101 is selected or AASHTO LRFD Bridge Design Specifications, 4th Edition if item 57101A is selected. In either case the respective design standard must be used in all aspects of the structure. Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies, incidental supplies necessary to perform all work described in accordance with drawings and specifications of the contract. Contractor will be paid for actual work performed. The Contractor shall utilize products and materials that promote energy conservation, pollution prevention, waste reduction, use of recovered materials, that are environmentally preferable, and are made from bio based materials (e.g. insulating foam, composite panels, concrete with fly ash, wood and concrete sealers) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered. The Contractor shall assume all risk, loss, damage, or expense arising out of prosecution of the work, except as otherwise provided in the contract. Award will be made in sufficient time for planning and preparation with on-site work to start on or after June 15, 2012. Work is to be completed by July 15, 2012 with anticipated delivery of the structure taking place between July 16 and August 14, 2012. A firm-fixed price contract is contemplated requiring submission of both a technical and a price quote. Award will be made to the offeror whose proposal offers the best value to the Government. This acquisition is determined to be under the Small Business Competitiveness Demonstration Program and posted for 100% small business set aside. Contractors are required to be registered with the Central Contractor Registration (CCR) and the Online Representations and Certifications Application (ORCA). The solicitation with specifications and wage rates will be posted to the https://www.fbo.gov/ website on or about May 22, 2012. No hard copies of the solicitation and applicable amendments will be mailed or issued. To receive the Request for Proposal package and any applicable amendments, offerors must download them from the https://www.fbo.gov/ website. AMENDMENT 0001 is issued to extend the response date to Monday June 11, 2012. Quotes shall be sent to: USDA Forest Service, Atten: Mariah Morris 215 Melody Lane, Wenatchee WA 98801 or fax to: 509-664-9281 or email to: mrmorris@fs.fed.us no later than 4:30 pm Pacific Time on 6/11/12.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/05GG/AG-05GG-S-12-0024/listing.html)
- Place of Performance
- Address: Naches Ranger District, Naches, Washington, 98937, United States
- Zip Code: 98937
- Zip Code: 98937
- Record
- SN02769710-W 20120609/120608000212-b6b7688ab0df737759b67dd29b782860 (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 |