SPECIAL NOTICE
19 -- Extension of Strawberry Bay Docks
- Notice Date
- 2/19/2016
- Notice Type
- Special Notice
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-4 SW Idaho/Nevada Acquisition Center, 1249 S. Vinnell Way, SUITE 200, Boise, Idaho, 83709, United States
- ZIP Code
- 83709
- Solicitation Number
- AG-0261-S-16-0019
- Archive Date
- 3/1/2016
- Point of Contact
- Tanya Spanfellner, Phone: 208-373-4130
- E-Mail Address
-
tspanfellner@fs.fed.us
(tspanfellner@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- NOTICE OF INTENT TO AWARD NONCOMPETITIVE PROCUREMENT Requisition No.: AG-0261-S-16-0019 Date of Notice: 02/19/2016 Contracting Officer: TANYA SPANFELLNER Closing Date: 02/29/2016 This notice will appear for 10 days from above date. ************************************************************************************** Description of Supplies/Services: The USDA Forest Service, Heber-Kamas Ranger District, Uinta-Wasatch-Cache National Forest, requires the fabrication and installation of the following items: The Strawberry Bay Dock and Attenuator Expansion project is to provide increased capacity to a heavily utilized existing dock on Strawberry Reservoir. The project shall include the fabrication and installation of the following items: • 8' wide main walk extensions totaling 46' in length • One 6' wide dock 20' in length • 10' wide attenuator extensions totaling 30' in length Specific characteristics of the Strawberry Bay Dock and Attenuator Expansion that limit the availability to a sole source are: • Historically, connecting pieces and parts from different manufacturers create unanticipated stress points. These stress points reduce the life of the dock system and increase the risk of failure points creating public hazards. For example, stress points can cause the poly floats to crack and other components to split or separate from frames which can result in jagged protruding pieces of material and/or separation of deck and/or fascia boards that could injure user. • Differing concrete attenuator panels supplied by other sources could potentially cause undue stresses and moments on the existing system if not identical to the existing attenuator. This would potentially cause failure at the connection point of the existing system to the new section in the long-term reducing the design life of both existing and new system components. • Attenuator and dock sections must have matching frames to accommodate elevations and connections. Each company has different sized pre-manufactured frames and they would have to design and construct new frame system to match. • If the same company manufactures the new components then potential failures will be reduced by knowing how the existing system is constructed and installed. This will reduce moments and shear stress on the connection points. • If another company gets the bid and connects to the existing dock system and there is failure, the manufacturer of the existing dock will not warranty any of the repairs. There is current 7 years remaining on warranty. If failure(s) occur over time system will no longer have warranty and the government will have to replace entire dock system. The material or service must be compatible in all aspects (form, fit, and function) with existing systems presently installed. The current equipment is a dock and attenuator system manufactured by HDB Marine and consists of the following: • galvanized steel dock frames (2"x2"x3/16"), • poly floats, • composite decking, • composite fascia board, and • white vinyl bumper stripping The new item/service must coordinate, connect, or interface with the existing system by providing materials that match the existing frames, floats, decking, fascia and bumpers. These are "direct replacement" parts/components for existing equipment. Although these are not direct replacement parts they must be interchangeable due to the way the docks are removed in the winter, stored, and reassembled in the spring. The additional docks sections being requested are essential add on pieces to the current system (see the drawing). This requires that the pieces be interchangeable and exactly match the original design and material specification. Only this suggested source can furnish the requirements, to the exclusion of other sources, because of items noted above. The Government intends to award this requirement noncompetitively IAW FAR 13.106-1(b) (1), to Marine Co., Inc. DBA: HDB Marine, due to the highly specialized nature of the work required. Other interested concerns having the ability to furnish these services/supplies shall submit a capabilities statement to the Contracting Officer no later than the closing date of this announcement. All submissions will be evaluated to determine if competitive opportunities exist. This is NOT an RFQ. This does represent the Government's only written notice of this procurement. All responsible sources may submit a response which, if timely received, must be considered by the agency. The estimated/potential $66,000 Place of Performance: South Jordan, UT-Strawberry Reservoir ************************************************************************************* ************************************************************************************* This notice and any resulting contract or order conforms to the requirements in place through FAC 2005-86 (effective 01 Feb 2016). All questions regarding this procurement shall be in writing, and addressed to Tanya Spanfellner at tspanfellner@fs.fed.us no later than 02/29/2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/261/AG-0261-S-16-0019/listing.html)
- Place of Performance
- Address: South Jordan, Utah, 84095, United States
- Zip Code: 84095
- Zip Code: 84095
- Record
- SN04026027-W 20160221/160219235236-b4693031cd63bb99722f7f9bf4a304f1 (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 |