Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2006 FBO #1665
SOLICITATION NOTICE

54 -- Manitoba Trail Bridge Replacement

Notice Date
6/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-10 Chugach National Forest, 3301 C Street, Anchorage, AK, 99503
 
ZIP Code
99503
 
Solicitation Number
AG-0120-S-06-0029
 
Response Due
6/28/2006
 
Archive Date
9/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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. Quotes are being requested and a written solicitation will not be issued. The solicitation number is AG-0120-S-06-0029 and issued as a Request for Quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. This is a small business set-aside with an associated NAICS code of 332312 and small business size standard of 500 employees. This solicitation includes item 0001 Lump Sum for the design, fabrication and delivery of a prefabricated steel superstructure trail bridge for the Manitoba Trail Bridge Replacement on the Seward Ranger District. Delivery price of the bridge will include delivery by barge to the port at Seward, AK and its offloading at the dock. Description of Work: This request for quotation shall cover the design, fabrication, and delivery of one (1) prefabricated steel superstructure trail bridge, five (5) feet wide (clear width) x seventy-five (75) feet long (span length) for pedestrian passage. Copies of the complete Scope of Work must be obtained by contacting Karen Weidenbaugh or Denise Murphy at the email or phone numbers listed in this announcement. Qualifications: The steel bridge prefabricator must be a company specializing in the design and fabrication of steel bridges with a minimum of five (5) years of documented experience. The provision ?52.212-1, Instructions to Offerors-Commercial?, applies to this acquisition and the following are provided as an addenda to this provision: NONE. The provision ?52.212-2, Evaluation-Commercial Items?, applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision, are as follows: (1) Technical Proposal consisting of: Preliminary Fabrication Schedule, Sample Calculations and Sample Shop Drawings (See Statement of Work, Section III), (2) Past performance consisting of list of five successful bridge projects and (3) Price. Technical and past performance, when combined, are approximately equal to price. Technical ability is considered more important than past performance. All offerors shall provide a completed copy of ?52.212-3, Offeror Representations and Certifications ? Commercial Items?. The provision may be found and printed from www.arnet.gov/far/. FAR Clause ?52.212-4, Contract Terms and Conditions ? Commercial Items? applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. FAR 52.232-13 NOTICE OF PROGRESS PAYMENTS (APR 1984) FAR 52.232-16 PROGRESS PAYMENTS (APR 2003) FAR 52.211-8 TIME OF DELIVERY (JUN 1987) (a) The Government requires delivery to be made according to the following schedule: REQUIRED DELIVERY SCHEDULE: ITEM 0001: 10 OCTOBER 2006 OFFEROR?S PROPOSED DELIVERY SCHEDULE: ITEM 0001: ______________ FAR Clause ?52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders ? Commercial Items? and the following clauses were selected as applicable to the acquisition: 0 (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 0 (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). 0 (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 0 (4) RESERVED 1 (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 0 (ii) Alternate I (Oct 1995) of 52.219-6. 0 (iii) Alternate II (Mar 2004) of 52.219-6. 0 (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). 0 (ii) Alternate I (Oct 1995) of 52.219-7. 0 (iii) Alternate II (Mar 2004) of 52.219-7. 1 (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). 0 (8)(i) 52.219-9, Small Business Subcontracting Plan (Jul 2005) (15 U.S.C. 637(d)(4). 0 (ii) Alternate I (Oct 2001) of 52.219-9. 0 (iii) Alternate II (Oct 2001) of 52.219-9. 1 (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 0 (10)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Sep 2005) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). 0 (ii) Alternate I (June 2003) of 52.219-23. 0 (11) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Oct 1999) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). 0 (12) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). 0 (13) 52.222-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (38 U.S.C. 101 (2)). 0 (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 0 (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). 0 (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 1 (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). 1 (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 1 (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 1 (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). 0 (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (EO 13201). 0 (22)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C. 6962(c)(3)(A)(ii)). 0 (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). 1 (23) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). 1 (24)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). 1 (ii) Alternate I (Jan 2004) of 52.225-3. 0 (iii) Alternate II (Jan 2004) of 52.225-3. 1 (25) 52.225-5, Trade Agreements (Jan 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 1 (26) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). 1 (27) 52.225-15, Sanctioned European Union Country End Products (Feb 2000) (E.O. 12849). 0 (28) 52.225-16, Sanctioned European Union Country Services (Feb 2000) (E.O. 12849). 0 (29) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). 0 (20) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). 1 (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 0 (32) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). 0 (33) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). 0 (34)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). 0 (ii) Alternate I (Apr 2003) of 52.247.64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 0 (1) 52.222-41, Service Contract Act of 1965, as Amended (July 2005) (41 U.S.C. 351, et seq.). 0 (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 0 (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 0 (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 0 (5) 52.222-47, SCA Minimum Wages and Fringe Benefits Applicable to Successor Contract Pursuant to Predecessor Contractor Collective Bargaining Agreements (CBA) (May 1989) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (May 04) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees ( Dec 2004) (EO 13201). Flow down required in accordance with paragraph (G) of FAR clause 52.222-39. (vi) 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. There are no additional contract requirements, terms or conditions necessary for this acquisition for consistency with customary commercial practices. The date, time and place offers are due is 28 June 2006 at 10:00 am Alaska Time. Quotes may be faxed to 907-743-9492 or mailed to USDA Forest Service, Chugach NF, 3301 C Street Suite 300, Anchorage AK 99503. Contact Karen Weidenbaugh (907) 743-9569, email: kweidenbaugh@fs.fed.us or Denise Murphy at (907) 743-9531, email: denisemurphy@fs.fed.us for information regarding this solicitation. It is requested that all questions be submitted in writing by sending email or faxing to (907) 743-9492.
 
Place of Performance
Address: Seward, AK
Zip Code: 99664
Country: USA
 
Record
SN01071588-W 20060618/060616220735 (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.