Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2018 FBO #5984
MODIFICATION

54 -- FRP Truss Deck Trail Bridge - Amendment 1

Notice Date
4/10/2018
 
Notice Type
Modification/Amendment
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, 12795 West Alameda Parkway, Post Office Box 25287, Denver, Colorado, 80225-0287
 
ZIP Code
80225-0287
 
Solicitation Number
140P8418Q0029
 
Archive Date
5/12/2018
 
Point of Contact
Jack Northcutt, Phone: (541) 883-6884
 
E-Mail Address
jack_northcutt@nps.gov
(jack_northcutt@nps.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW Rev 1 AMENDMENT 1 The purpose of this amendment is to: 1. Answer questions from interested contractors 2. Clarify wording in the Statement of Work (See Attachment 1 rev 4_10) Changes are in bold font Q1: Regarding underdeck support system, the question is about the maximum allowable depth. If the maximum allowable, for example, is 4' high, how are you planning on bridging that gap to make the underside frame flush with the walking surface? A1: The NPS will furnish and install containment structures for gravel and soil access ramps up to finished deck surface. Q2: Can the NPS add another footing in between Footings A and B so we can use a 24" deep I-beam to both 63' and 20'3" spans instead of using a truss and beam combination? A2: Constructing another footing is not an option, due to resource compliance requirements, 100 year flood planning and steam channel terrain. FRP Deck Truss Trail Bridge for Redwood National & State Parks Crescent City, California This is a combined synopsis/solicitation for a fiber-reinforced polymer (FRP) Deck Truss Trail Bridge, a commercial item, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-97 of January 24, 2018. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is 140P8418Q0029 and the solicitation is issued as a request for quotation (RFQ). The acquisition is reserved exclusively for small business concerns. The North American Standard Industrial Classifications System Code is 326199 and the size standard is 750 employees. DESCRIPTION: Design, engineer, fabricate, and deliver a trail bridge in accordance with the attached specifications. The components shall be no longer than 21 feet, to allow transportation to and re-assembly at the site. See Attachment 1 for a complete description of the requirement. DELIVERY: Redwood National Park, North Operations Center, 500 Aubell Lane, Crescent City, CA 95531. The GPS Coordinates are: 41°46'13.4"N 124°08'56.3"W (41.770397, -124.148982). PERIOD OF PERFORMANCE: May 15, 2018 - July 12, 2018 (Estimated) PAYMENT: The vendor must submit invoices via the IPP payment system. Payment will be made by electronic funds transfer generated by the US Treasury. TERMS AND CONDITIONS: TERMS AND CONDITIONS: The following FAR provisions and clauses apply: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.204-16, Commercial and Government Entity Code Reporting 52.204-17, Ownership or Control Offeror 52.204-18, Commercial and Government Entity Code Maintenance 52.204-20, Predecessor of Offeror 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 52.212-1, Instructions to Offerors -- Commercial Items 52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless "Certs & Reps" section of the contractor's www.sam.gov record is completed in full) 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 (within 52.212-5, applicable clauses are the following: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.242-15, Stop-Work Order 52.247-34, F.O.B. Destination Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/. Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: VENDOR'S ITEMIZED INVOICE. F ailure to attach the required documentation as specified above will result in the IPP invoice being rejected. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. INSTRUCTIONS TO OFFERORS: Quotations are due Friday, April 27, 2018 at 4:00 PM, PT to the attention of: Jack Northcutt, Contracting Officer, Crater Lake National Park at email: jack_northcutt@nps.gov EVALUATION FACTORS FOR AWARD The Government will award a contract resulting from this Solicitation to the responsible offeror whose offer conforming to the Solicitation will be most advantageous to the Government, on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards. All non-cost factors will be evaluated on a pass/fail basis. The following non-cost factors shall establish the requirements of acceptability: 1. Technical capability of the firm to complete the work, as evidenced by: A. Providing a list of jobs of similar nature/scope performed within the last three years (Use Attachment 2 - Experience & Past Performance Form) and B. A very brief description of your proposed FRP bridge that demonstrates an understanding of the requirement. (Use the Description field of the attached Quote Sheet) 2. Past performance (an offeror's or contractor's performance on active and physically completed contracts) as evidenced by providing current contact information for the list of jobs. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. THE POINT OF CONTACT FOR THIS SOLICITATION IS: Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; email: jack_northcutt@nps.gov Quotation Package (What to Submit) One original shall be submitted and shall include the following: 1. Completed Quote Sheet (attached, below) 2. Acknowledgement of Amendments: Acknowledge all RFQ amendments (if any are posted) using one of the methods set forth in Block 11 of the amendment, Standard Form 30. 3. Completed Experience & Past Performance Form (Attachment 2) To be eligible for award, Offerors must have an active SAM record at http://www.sam.gov at the time of award, including the completed "Reps & Certs" section within their online active SAM record. Email quotes to the attention of: Jack_Northcutt@nps.gov. Quotes will only be accepted through electronic mail. Documents required by this solicitation must be uploaded and received in their entirety no later than the closing date and time of this solicitation. NOTE: It is the responsibility of the contractor to verify that any emailed quotes have been delivered/received by the Contracting Officer listed above on or before the closing date/time of the RFQ. If you have any questions, please contact the Contracting Officer by April 20. RFQ No. 140P8418Q0029 QUOTE SHEET Fiber Reinforced Polymer (FRP) Deck Truss Trail Bridge for Redwood National & State Parks Crescent City, California Company name: DUNS number: Contact name, phone number and e-mail: Acknowledgement of amendments (if any): Lead time: Brief Description of proposed bridge: Line Item Description Quantity Unit Price 00010 FRP Deck Truss Trail Bridge, including design, fabrication, 1 LS $______ and delivery Email to: Jack_Northcutt@nps.gov NLT 4:00 PM (PT) April 27, 2018 PLEASE DO NOT SEND QUOTATIONS TO, OR CONTACT, THE DEFAULT CONTRACTING OFFICE ADDRESS IN DENVER, CO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/140P8418Q0029/listing.html)
 
Place of Performance
Address: Redwood National & State Parks, North Operations Center, 500 Aubell Lane, Crescent City, California, 95531, United States
Zip Code: 95531
 
Record
SN04884494-W 20180412/180410230926-7131dd7fa4d68eb5a73704161d7e82d8 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.