SOLICITATION NOTICE
54 -- WRST - Bridge for Copper Lake
- Notice Date
- 7/17/2012
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- ARO - AKRO ALASKA REGIONAL OFFICE 240 West 5th Avenue ANCHORAGE AK 99501
- ZIP Code
- 99501
- Solicitation Number
- P12PS22930
- Response Due
- 8/8/2012
- Archive Date
- 7/17/2013
- Point of Contact
- Tamela R. Perry Contract Specialist 9076443311 Tamela_Perry@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 Subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. SOLICITATION NUMBER P12PS22930 This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-58, effective May 18, 2012. SET-ASIDES: TOTAL SMALL BUSINESS SET ASIDE (IAW FAR Subpart 19.5). NAICS CODE: 237310, Small Business Size Standard: $33.5M (Annual Average Receipts). DESCRIPTION OF REQUIREMENTS: CLIN 0001: QTY: 1 Lump Sum $______________ Supply and deliver prefabricated web truss trail bridge to Wrangell-St. Elias National Park and Preserve, Alaska in accordance with specifications, terms and conditions specified herein. Delivery shall be FOB Destination to Copper Lake Trailhead located at Mile 14 of the Nabesna Road in Slana, Alaska. Delivery shall be accomplished no later than October 1, 2012. SPECIFICATIONS: 1.0 GENERAL These specifications are for an engineered bridge of fiber-reinforced polymer (FRP) composite construction and shall be regarded as minimum standards for design and construction as manufactured by the contractor. These specifications are for a supply. No installation service required. 2.0 GENERAL FEATURES OF DESIGN 2.1 Span/Length : Bridge span shall be 70 feet overall (62 feet between inner sill edges, plus sill plate. Maximum sill plate for each side shall be 4 feet). 2.2 Width: Bridge width shall be 72 inches as usable deck width. Structure width shall not exceed 96 inches. 2.3 Bridge System Type: Bridge shall be designed as a FRP Composite Truss Span with cable. An FRP Composite Truss Span without a cable also would be acceptable. 2.4 Member Components: All members shall be fabricated from pultruded FRP composite profiles and structural shapes as required. 2.5 Camber: Contractor shall provide camber to eliminate 100% of full dead load deflections plus 1% of bridge span. Maximum 5% grade over structure. 3.0 ENGINEERING: Structural design of the bridge structure shall be performed by licensed professional engineers and done in accordance with recognized engineering practices and principles. Design also shall be in conformance with American Association of State Highway and Transportation Officials (AASHTO) standards for pedestrian and light vehicle loads. 3.1 Uniform Live Load: Bridge shall be designed for 85 psf for live load and 40,000 pounds for center span live load. 3.2 Vehicle Load: Typical Traffic -Bridge shall be able to take the loads described regardless as to frequency of traffic. -Trail dozer or excavator weighing 12,000 pounds -Up to three utility terrain vehicles (UTVs) each weighing 3,750 pounds -Up to three snow machines and sleds (1,960 pounds each) -Up to 15 pedestrians 3.3 Wind Load: Bridge shall be designed for a minimum wind load of 25 psf. The wind is calculated on the entire vertical surface of the bridge as if fully enclosed. 3.4 Seismic Load: Seismic load shall be determined by contractor according to criteria specified in standard building codes. 3.5 Allowable Stress Design Approach: Bridge shall be designed with the allowable stress recommended by the contractor for criteria that include tension, bending, compression, end bearing, shear, and connections according to the purpose, use, location, and other characteristics of the bridge described in this specifications document. 3.6 Serviceability Criteria: Bridge shall be designed to address deflection and vibration issues using service loads. Criteria to be determined by contractor according to bridge purpose, use, location and other factors/characteristics describing the bridge in this specifications document. 3.7 Snow Load: Bridge shall be designed for a minimum snow load of 100 psf. 3.8 Cold Weather Suitability: Bridge shall be designed for temperature ranges from +80 degrees F to -40 degrees Fahrenheit. Because the site is in interior Alaska, the bridge must be able to withstand extreme temperature ranges. Bridge traffic loading will be primarily in the summer months when temperatures range from 40 to 80 degrees Fahrenheit. During the winter months it is possible to close the bridge to traffic as other routes (over the frozen creek) are available. The elevation of abutments is already designed for ice jamming compensation. 3.9 Other Design Elements: Web truss shall be designed to minimize traffic deck height above stringers or deck support members. Web truss shall be incorporated into the sides above the deck and double as railings. 4.0 MATERIALS 4.1 FRP Composites: Fiberglass Reinforced Polymer (FRP). Because of light weight (for transport, assembly and installation), Noncorrosive, Low maintenance (no painting, rust issues), long life expectancy (no rot or degradation). Structural cable and other metal reinforcement components may be integrated into the design and structure to meet requirements. 4.2 Decking: 3" X 12" pressure treated (Alkaline Copper Quaternary or ACQ) wooden deck boards or approved grating. 5.0 FINISHING: Bridge color shall be gray. 6.0 FABRICATION: All cutting and drilling fabrication shall be done according to industry standards for warranty purposes. 7.0 RAILINGS: Bridge railings shall have 6" sphere for maximum opening and a minimum rail height of 42". 8.0 SUBMITTALS 8.1 Submittal Drawings: Schematic design and final shop drawings and designs shall be submitted to the Government for approval prior to manufacture of bridge. All drawings and designs shall be signed and sealed by a licensed professional structural engineer from their state (i.e. does not have to be local/Alaskan). 8.2 Submittal Calculations: Schematic calculations shall be submitted to the Government for approval prior to manufacture of bridge. All calculations shall be signed and sealed by a licensed professional structural engineer from their state (i.e. does not have to be local/Alaskan). 9.0 DELIVERY AND ASSEMBLY 9.1 Delivery: Bridge components shall be delivered to Copper Lake Trailhead located at Mile 14 of the Nabesna Road in Slana, Alaska. Bridge shall be delivered in multi component configuration designed to facilitate transport by the Government (the park) to this remote site. Because the installation site is approximately 3 miles from a road and access to the site is limited to a narrow (less than 8') wide trail, the bridge shall be delivered in small transportable components limited to a size that can be transported by the Government (the Park) using an All-Terrain Vehicle with trailer or small tracked carrier and trailer. 9.2 Site Issues and Assembly: Bridge components shall be delivered for simplified assembly by the Government (the Park). Bridge shall be designed for field assembly and installation by the Government (the Park) under rustic conditions. Because the site is remote, the assembly of the bridge (done by the Government) shall be simple enough to be accomplished with hand tools and installation with scaffolding (on ice capped stream), jacks, and over-head rigging. Wrangell-St. Elias National Park & Preserve will be performing the assembly and installation of bridge. END OF SPECIFICATIONS EVALUATION FACTORS: 1. Proposed Product: Provide narrative and product literature to include technical features and warranty information of proposed product to demonstrate offeror's conformance to characteristics as specified above. Also include information that demonstrates the useful life of the product. 2. Past Performance: Provide contact information for three recent customers who have purchased the same type of product being offered. The government reserves the right to contact identified prior customers. The government reserves the right to obtain past performance from other sources such as the contracting officer's knowledge of and previous experience, customer surveys, and the Government-wide Past Performance Information Retrieval System at www.ppirs.gov. 3. Price: Price will be evaluated to determine proposed price is fair and reasonable. Adequate competition is expected for this acquisition. SUBMISSION OF OFFER: The offer shall contain the best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined necessary by the Contracting Officer. The Government reserves the right to make no award as a result of this solicitation. Offerors shall provide sufficient technical documentation (including but not limited to: product literature, specifications, and drawings) to allow for thorough evaluation of offeror's quote and shall fully explain their ability to meet the requirements as stipulated above. Offeror shall ensure FAR Clause 52.212-3(Offeror Representations and Certifications - Commercial Items) is completed and returned with the Quote. QUOTES ARE DUE ON WEDNESDAY, AUGUST 8, 2012 AT 4:00PM ALASKA TIME. In addition to information required above, offer shall also include offeror's point of contact (name, email address and telephone number). Offer shall be emailed to Tamela Perry at tamela_perry@nps.gov no later than Wednesday, August 8, 2012 at 4:00 p.m. Alaska time. Quotes may also be mailed to U.S. Department of Interior, National Park Service, Alaska Region, ATTN: Tamela Perry, 240 W. 5th Ave, Anchorage Alaska 99501-2327. AWARD: The Government will award a firm-fixed price purchase order to the responsible offeror whose offer conforms to the solicitation and its requirements, is affordable, fair and reasonable, and offers the best overall value to the Government considering price and all non-price factors. All non-priced factors when combined are approximately equal when compared to price. The Government reserves the right to accept other than the lowest priced offer or reject all offers. CLAUSES AND PROVISIONS: Full text of FAR clauses may be accessed electronically at https://www.acquisition.gov/far; alternatively, clauses may be viewed at http://farsite.hill.af.mil/. Please note, offeror is expected to review the following FAR clauses and provisions and submit required information in the clauses as applicable. The following FAR clauses and provisions apply to this acquisition. 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. In addition, the following clauses apply 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012); 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2011); 52.219-6, Notice of Total Small Business Set Aside (Nov 2011); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-1, Buy American Act-Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); and 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) GENERAL INFORMATION: Note concerning Central Contractor Registration (CCR). Prospective contractors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov. Prospective contractors shall complete the electronic annual representations and certifications at https://orca.bpn.gov in conjunction with required registration at CCR (see FAR subpart 4.12 and FAR 52.204-8).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS22930/listing.html)
- Place of Performance
- Address: Wrangell-St. Elias National Park & Preserve
- Zip Code: 995730439
- Zip Code: 995730439
- Record
- SN02804982-W 20120719/120717235103-912f140cb6ec9ded14e88f06110eaf1f (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 |