Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 17,1998 PSA#2118

National Park Service, North Cascades NPS Complex, 2105 State Route 20, Sedro Woolley, WA 98284-9394

19 -- FLOATING DOCKS AND ACCESS BRIDGES SOL 1443-IB9470-98-001 DUE 072098 POC Contact/Contracting Officer, Barbara Bryan (360) 856-5700 x362 WEB: North Cascades National Park, http://www.nps.gov. E-MAIL: North Cascades National Park, barbara_a._bryan@nps.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids/proposals are being requested and a written solicitation will not be issued. Solicitation No. 1443-IB9470-98-001 is issued as an Invitation For Bid (IFB). This is an Indefinite Delivery Indefinite Quantity Contract with a Base Year beginning the date of award and ending September 30, 1998, plus four one-year options to extend the term of the contract. This solicitation and all incorporated provisions and clauses are those in effect through FAC 97-04. This solicitation is offered pursuant to PL 100-656, as a Small Business -- Small Purchase Set-Aside. The Standard Industrial Classification Code is 3448. The Size Standard is 500 or fewer employees over the previous 12-month period. A firm fix-priced contract will be awarded as a result of this solicitation. FARprovisions at 52.212-1, Instruction to Offerors-Commercial Item; 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; FAR 52.216-18, Ordering; FAR 52.216-19, Order Limitations; FAR 52.216-22, Indefinite Quantity; FAR 52.217-5, Evaluation of Options; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; and FAR 52.214-21, Descriptive Literature, apply to this IFB. Upon request, included provisions and clauses are available by fax from the Contracting Officer. The deadline for receipt of offers is July 20, 1998, 2:00pm PST. Bids may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum, (1) the solicitation number; (2) the date and time for receipt of bids; (3) name, address, telephone number of the bidder; (4) descriptive literatureused to evaluate compliance with the requirements in the solicitation; (5) terms of any express warranty; (6) price and any discount terms; (7) "remit to" address, if different than mailing address; (8) a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; (9) acknowledgement of IFB amendments, if any; and (10) the signature of an official authorized to bind your organization. Submit one (1) copy of the complete bid package to North Cascades NPS Complex, Attn: Procurement, 2105 State Route 20, Sedro Woolley, WA 98284. THE OUTSIDE OF THE ENVELOPE SHOULD BE CLEARLY MARKED "IFB NO. 1443-IB9470-98-001, BID OPENING DATE 7-20-98, 2:00pm PST". Contract award will be made without discussion. DESCRIPTION OF THE REQUIREMENTS: North Cascades National Park Service Complex seeks to purchase prefabricated floating docks and access bridges delivered (FOB-DEST) within 90 days after receiving order to the Marblemount District Office, 7280 Ranger Station Road, Marblemount, WA 98267. Acceptance will be made at the same location. Each dock section shall measure 8' wide by 20' long, and each access bridge shall measure 4' wide by 30' long. Docks shall be of new construction made of steel framing treated with VBA primer and two coats of Vabar 792 paint. Dock decking shall be CCA treated Douglas-fir decking. Dock flotation shall be made of rectangular pontoons of 16 gauge galvanized steel filled with 1# density extruded closed-cell polystyrene. Access bridge shall have an inverted truss handrail design of steel with CCA treated Douglas-fir decking. All shore-end, wet-end ramp, and dock to dock connectors shall be provided by contractor. All bidders are advised to follow design requirements stated herein. No other design or construction materials will be accepted. Descriptive literature in the form of detailed typical fabrication drawings showing cross sections, attachments, connections, and anchorage locations shall be submitted with all bids. Include design calculations depicting all below listed requirements. Descriptive literature shall be used only to the extent necessary to determine technical acceptability of the item offered. Failure to submit this information will render the bid nonresponsive. 1. MINIMUM DESIGN REQUIREMENTS: (A) Vertical: (1) Dead load shall be the entire weight of the floating units and all permanent equipment as called for in the specifications. Dead load shall not be less than 19 lbs. per square foot; (2) Live loads for various components shall be a minimum of 30 lbs. per square foot; (3) Structural load shall be a minimum of 50 lbs. per square foot; (4) Concentrated loads shall be 300 lbs. concentrated plus 33% impact (400 lbs. total) over a 12 inch by 12 inch area of deck surface; (5) Deflection shall be 1/180 maximum allowable deflection for ramps and dockage. (B) Horizontal: (1) Wind Loads: Uniform load from any direction, 15 psf (77 mph) assuming 100% boat occupancy or maximum well dimension, whichever is greatest, on all projected surfaces; (2) Impact Loads: The docks shall be designed to resist the impact load of an approaching boat equivalent to a thrust of 5,000 lbs. on the end of any dock and at a maximum angle of 10 degrees; (3) Torsional Resistance: Torsional resistance to prevent torsion, rocking and twisting by providing sufficient built-in torsional resistance to prevent no greater than 3 inches variation in normal freeboard at the free end of structures under all possible combination of design loadings; (4) Freeboard under dead load only shall not be greater than 20 inches. Freeboard under design dead and live loads shall not be less than 14 inches. 2. STRUCTURAL STEEL: Structural frame for floating units, ramps, and other structural members shall be of 1/4 inch minimum thickness. Members shall be rolled structural shapes of ASTM A-36 material treated with VBA primer and two coats of Vabar 792 paint. Structural frames for ramps and floating units shall be of all welded construction. Welding shall conform to the requirements of the latest American Welding Society, "Standard Code for Arc and Gas Welding in the Building Construction". Welds must be performed by qualified Code Welders. All welds over galvanized material shall be thoroughly cleaned and treated with two coats of cold zinc-rich compound. All metal surfaces shall be painted with VBA primer and two coats of Vabar 792 paint. 3. FLOTATION MATERIALS AND FABRICATION: Flotation material shall be enclosed within rectangular galvanized steel encasement not less than 16 gauge in thickness. Encasement shall not be watertight, but must provide 100% protection on all sides, ends, top and bottom. Flotation shall be positively fastened to the structural frame and can be capable of easy removal and field replacement. The units shall be of such size and quantity to maintain the freeboard listed in the specifications. The flotation encasement shall be filled with 1 lb. per cubic foot minimum density closed cell polystyrene foam. Contractor shall include the required flotation to accommodate approximately 250 lbs. of weight for access ramp. This flotation shall be placed under the dockage near the ramp. 4. DECK MATERIALS: Wood decking shall be 2 inches X 6 inches using 3 inch X 3 inch deck support lumber of No. 2 grade or better, CCA treated Douglas-fir (dried before treatment) with a 0.40 retention or refusal, and shall be placed perpendicular to the length of the floating module. Lumber shall be stress stamped in accordance with the current grading rules of the Regional Lumber Association for the species, with stamp shown. Deck planking shall be laid so as to allow proper drainage between all planks with openings not to exceed 1/4 inch. Deck support wood to be fastened to the structural frame with cadmium plated weld studs. Deck planking to attach support wood by use of cadmium plated flat head screws (countersunk), a minimum of two at every cross support and three at plank ends. The lumber shall be surfaced 4 sided. 5. CONNECTIONS BETWEEN FLOATING STRUCTURES: All joints must be capable of transmitting all loads and forces imposed upon the structures. All field connections shall be flexible. Wood shall be nominal 3 inch X 12 inch CCA treated Douglas Fir, Grade 2 K.D. and grade stamped. Treatment to be as called out for in deck planking. The wood rub rail shall be attached to the structural frame with nonprotruding weld studs or through bolts on maximum centers of 4 feet. Bolting materials shall be compatible with the base frame material and protected against corrosion. The attaching method shall allow for easy replacement in the event of damage. 6. DOCK CLEATS: Dock cleats shall be 10-inch cast Almag 35 aluminum alloy. Cleats shall be attached by bolting using back plates of a compatible material and fastened to the main structure. Installation shall be such that dock cleats are easily replaced without having to remove rub rail or wood decking. 7. ANCHORAGE: All materials in the anchorage system to be of galvanized metal unless indicated otherwise in the plans. Attachment of anchorage system to floating modules to be of materials adequate to accomplish all design loads, using compatible attaching hardware. BID SCHEDULE: Prices stated shall be per each dock section and each access bridge. For the Base Year, the Government expects to order a Minimum of 4 dock sections and a Minimum of 2 access bridges. For each Option Year, if exercised, the Government expects to order a Minimum of 2 dock sections and a Minimum of 1 access bridge. The Government expects to order no more than a Maximum of 12 dock sections and 6 access bridges during the life of the contract including the Base Year and any Option Year(s) exercised. The Contractor shall provide unit prices and total bid price by customer line item numbers (CLINS) as follows: BASE YEAR (Date of Award-9/30/98): CLIN 1: 4-EA Dock Sections; CLIN 2: 2-EA Access Bridge. OPTION YR 1 (10/1/98 to 9/30/99): CLIN 3: 2-EA Dock Sections; CLIN 4: 1-EA Access Bridge. OPTION YR 2 (10/1/99 to 9/30/00): CLIN 5: 2-EA Dock Sections; CLIN 6: 1-EA Access Bridge. OPTION YR 3 (10/1/00 to 9/30/01) CLIN 7:2-EA Dock Sections; CLIN 8: 1-EA Access Bridge. OPTION YR 4 (10/1/01 to 9/30/02): CLIN 9: 2-EA Dock Sections; CLIN 10: 1-EA Access Bridge. (0166)

Loren Data Corp. http://www.ld.com (SYN# 0192 19980617\19-0001.SOL)


19 - Ships, Small Craft, Pontoons and Floating Docks Index Page