Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2002 FBO #0187
SOLICITATION NOTICE

56 -- STRUCTURAL PLATE BOX CULVERT

Notice Date
6/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Eastern Washington ZAP, Okanogan NF, 1240 S. 2nd, Okanogan, WA, 98840
 
ZIP Code
98840
 
Solicitation Number
R6-8-02-20
 
Response Due
6/20/2002
 
Archive Date
6/21/2002
 
Point of Contact
Kris Bellini, Contract Specialist and Agreements, Phone (509) 826-3072, Fax (509) 826-3064, - Pamela Goodyear-Bradley, Purchasing Agent, Phone 509-826-3165, Fax 509-826-3064,
 
E-Mail Address
kbellini@fs.fed.us, pgoodyearbradley@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6 as supplemented with additional information included in this notice. This announcement shall serve as the solicitation. Offerors shall respond to this notice as instructed. No additional notice or written solicitation will be issued. The solicitation is a Request for Proposals with solicitation number R6-8-02-20. The solicitation document and referenced provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. Small Business Set aside. SIC: 3443, NAICS: 332313 Size Standard: 500 employees. Requirements are as follows: Supply 2 structural plate box culverts having the following approximate dimensions: Culvert 1 - Span 16 ft. 1 in. X Rise 5 ft. 3 in., length 36 ft. 5 in. Delivery FOB Destination to Road 4440, Scatter Creek, Twisp, Washington. Legal: T 34N, R19E, Sec. 19, NE 1/4. Culvert 2 - Span 17 ft. 7 in. X Rise 6 ft. 10 in., length 67 ft. Delivery FOB Destination to Road 4440, North Creek, Twisp Washington. Legal: T 34N, R18E, Sec. 11, SE 1/4. Culverts 1 & 2 will be Government Furnished Material for the Scatter and North Creek Culvert Replacement contract to be delivered between July 1 and August 31, 2002 as coordinated with the Government contractor of the contract referenced above. The product specification requirement is equal to or exceeds the standards described by Super-Cor Box Culverts as provided by Atlantic Industries Limited. The culverts are to be installed in areas with minimal fills. They must have end areas large enough to meet our 100-year flood calculations, have the strength to pass the HS-25 requirements and have a low rise to keep with the shallow fills and flat grades. The culverts must be easy to assemble using conventional construction equipment. The culvert must be durable and low maintenance. The manufacturer shall furnish descriptive literature that includes design drawings and calculations for HS-25 load rating in addition of 1.5 ft. minimum fill to 2.5 ft. maximum fill cover with a unit weight of 135/cf above rise. The contractor shall also provide Installation instructions with the proposal. All items supplied must comply with the Forest Service Specifications for Construction of Roads and Bridges August 1996. These box culverts will be installed in a keyway on reinforced concrete footings. The contractor shall provide a company representative for on-site consultation for 2 days during assembly and 2 days during backfill for each culvert. The following FAR provisions and clauses apply to this solicitation: 52-212-1, Instructions to Offerors, Commercial Items; 52.212-2 Evaluation, Commercial Items (paragraph (a) The evaluation criteria will be delivery and price of technically acceptable items); 52.212-3 Offeror Representations and Certifications, Commercial items (This section requires offeror to answer questions and submit); 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. Note: Offerors must include a copy of the provisions at 52.212-3, Offeror Representations and Certifications, Commercial Items with their quote. This can be obtained at www.arnet.gov/far. Proposals shall include a description of the product offered (with pictures, drawings, or engineering data) and the total price for each item and the total proposal price. Proposals are due by Close of business June 20, 2002 at the Okanogan/Wenatchee National Forest Acquisition Office, Attn: Kris Bellini, 1240 S. Second Ave, Okanogan, WA 98840, or FAX offers to 509-826-3064, confirm receipt by calling 509-826-3072, or E-Mail to kbellini@fs.fed.us. For additional information contact Kris Bellini, Contracting Officer at 509-826-3072 or Dave McCormack, Contracting Officer?s Representative, 509-826-3171.
 
Place of Performance
Address: Twisp, Washington
Zip Code: 98856
Country: Okanogan
 
Record
SN00088170-W 20020607/020605213916 (fbodaily.com)
 
Source
FedBizOpps.gov 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.