MODIFICATION
56 -- Assorted Sizes Wood Cribbing
- Notice Date
- 11/14/2012
- Notice Type
- Modification/Amendment
- Contracting Office
- PO Box 61470 LC-10305, Boulder City, NV 89006
- ZIP Code
- 89006
- Solicitation Number
- R13PS30082
- Response Due
- 11/15/2012
- Archive Date
- 5/14/2013
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is R13PS30082 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 238350 with a small business size standard of $14.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-11-15 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Hoover Dam, NV 89005 The Bureau of Reclamation requires the following items, Meet or Exceed, to the following: LI 001, Hoover Dam has a need to replace cribbing and increase the inventory. The Douglas Fir 10 x10 x23 are made from 4 ea. 5x5 x23 beams laminated together or solid timber. Once laminated, the block shall be sanded smooth to remove high spots and ridges on all sides, corners and edges will be radius cut 1/8. Twisted lumber is not acceptable and shall be new material, free of cracks and knots. The ends will be marked by burning USBR into both ends of each piece and the letters shall be 1/2 inch tall. Each finished piece will be completely sealed with clear stain. Shipment shall be delivered to the Hoover Dam warehouse Boulder City NV. 1. 5 x 5 and 3 x 3 cribbing shall meet the following requirements: 1. Species: Douglas Fir Larch 2. Grade: Select Structural 3. Moisture Content: S-Dry Maximum Moisture Content: 15% Density: 29-31 pounds per cubic foot Strength Allowable Stress Compression Perpendicular to the Grain: 625 psi Allowable Stress Compression Parallel to the grain: 1300 psi. 2. 10 x 10 cribbing shall meet the either of the following requirements 2.1 Post and Timbers 1. Species: Douglas Fir Larch 2. Grade: Select Structural 3. Moisture Content: S-Dry Maximum Moisture Content: 15% Density: 29-31 pounds per cubic foot Strength Allowable Stress Compression Perpendicular to the Grain: 625 psi Allowable Stress Compression Parallel to the grain: 1300 psi. 2.2 Structural Glued Laminated Timber 1. Designed and manufactured in accordance with AITC 117 - Structural Glued Laminated Timber and 2. Layout Requirements: 24F V8 WS (Balanced) Finished dimensions and quantaties: 700 total pieces of wood cribbing. Break out below. 300 ea. 10 x10 X23 100 ea. 5 x5 x48 100 ea. 5 x5 x72 100 ea. 5 x5 x24 100 ea. 3 x3 72, 1, lot; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Reclamation intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Reclamation is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. The selected Offeror must 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 https://www.acquisition.gov/far/. Offeror must be registered in SAM System for Award Management(SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at http://www.sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dfcd2b0dc5356413a8f1bd93f5dad81c)
- Place of Performance
- Address: Hoover Dam, NV 89005
- Zip Code: 89005
- Zip Code: 89005
- Record
- SN02930200-W 20121116/121114234034-dfcd2b0dc5356413a8f1bd93f5dad81c (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 |