Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2011 FBO #3449
SOLICITATION NOTICE

56 -- Precast Concrete Box Culvert with Wing Sections - Box Culvert Drawing

Notice Date
5/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327332 — Concrete Pipe Manufacturing
 
Contracting Office
Department of Transportation, Federal Highway Administration (FHWA), Western Federal Lands Highway Division, 610 East Fifth Street, Vancouver, Washington, 98661-3801
 
ZIP Code
98661-3801
 
Solicitation Number
DTFH70-11-Q-00010
 
Archive Date
5/19/2011
 
Point of Contact
Antoinette M. Palmer, Phone: 360-619-7726, Elizabeth M. Firestone, Phone: (360) 619-7931
 
E-Mail Address
wfl.purchasing@dot.gov, elizabeth.firestone@fhwa.dot.gov
(wfl.purchasing@dot.gov, elizabeth.firestone@fhwa.dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Box Culvert Drawing This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This synopsis/solicitation is a Request for Quotation (RFQ), Solicitation No. DTFH70-11-Q-00010 being issued by the Federal Highway Administration, Simplified Acquisition Department with an intent to procure 96 ft long, 14 ft x 10 ft precast concrete box culvert with 4, 40 ft precast wing sections, to be delivered to the Moose, WY area not later than August 6, 2011. This solicitation is prepared in accordance with FAR Part 12, the acquisition of commercial items in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed in FAR 13, Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is UNRESTRICTED. The North American Industry Classification System (NAICS) code is 327332 with an industry size standard of 500 employees. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming with the solicitation will be most advantageous to the Government. It is contractor responsibility to be familiar with applicable clauses and provisions. FAR Provisions and Clauses may be viewed and/or downloaded from http://www.arnet.gov/far/. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (website: http://www.ccr.gov/), or be registered prior to receiving award: (888) 227-2423. Once this combined synopsis/solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Description of Requirements This work consists of fabricating, stockpiling and transporting the precast box culvert pedestrian underpass and associated wingwalls in accordance with the preliminary layouts and the requirements shown in the contract plans, and the following specifications. Material Conform to the following specifications: Concrete: Use Class A(AE) with minimum 28-day compressive strength of f'c=4 ksi. Reinforcing Steel: Use, grade 60 deformed bars conforming to AASHTO M 31 or M 32. Fabrication Requirements Features Prefabricate sufficient culvert and wingwall segments to meet the overall underpass length and layout as shown on the preliminary plans. Fabricate the segments such that the components may be assembled in the field. All precast segments shall be mechanically connected, designed and detailed according to the latest industrial standards and practices, and AASHTO LRFD Bridge Design Specifications, Fifth Edition. All connections and joints shall be fabricated to be watertight after the installing contractor applies waterproofing membrane over the connections and joints. All hardware and connections shall be galvanized according to AASHTO M 111. Provide details for waterproofing membrane over the connections and joints. Furnish all necessary connectors to fully assemble the culvert and wingwall segments. Finish the interior surfaces of the culvert, to allow field application of paint and a graffiti-resistant clear coat, as follows: •· Remove all laitance, dust, foreign material, curing compound, form oil, grease or other deleterious material from the concrete surface. Remove form oil, grease, or curing compound by washing with a 5 percent solution of trisodium phosphate and rinsing with clean water. Allow the surface to dry completely. •· Give the cleaned surface a light abrasive sweep to remove mortar wash or other contaminants. Remove all residue and dust by hand, broom, compressed air or other approved methods. Site Conditions Good foundation conditions are expected to exist along the entire length of the proposed underpass culvert. Foundation materials generally consist of dense to very dense sandy gravel with cobbles. Estimated engineering properties for the foundation materials below the proposed culvert are an angle of internal friction (phi) of 38 degrees, no cohesion, and a unit weight of 128 pounds per cubic foot. The foundation for the box culvert underpass will include a 6 inch leveling pad of granular material beneath the culvert (supplied and installed by others). Groundwater is not expected at the foundation elevation. Bearing Resistance, Settlement, and Global Stability Based on the properties of the foundation materials and the type of structure, bearing resistance is more than adequate for the box culvert. Factored bearing resistance was not calculated, but based on presumptive values is at least 6 kips per square foot. Recommended factored bearing resistance for wing walls and/or headwalls for the culvert, based on presumptive values, is 4 kips per square foot. Long term, consolidation type settlement and immediate construction induced settlement is expected to be negligible based on the type of structure and the granular nature of subsurface materials. Global stability was not calculated but is acceptable based on site geometry and material strength properties. Lateral Earth Pressures Backfill around the culvert and culvert wing walls is expected to be material conserved from the excavation and/or material from the project material source. The compacted backfill is expected to have an angle of internal friction (phi) of 36 degrees, no cohesion, and a unit weight of 125 pounds per cubic foot. The recommended coefficient of active earth pressure (Ka) is 0.26 for a vertical wall and horizontal top surface, and 0.36 for a vertical wall and 1V:2H sloping top surface. These values are based on Rankine earth pressure equations. In the case a wall is not free to move or deflect, such as the side wall of the box culvert, the recommended coefficient of at rest earth pressure (Ko) is 0.41. Passive earth pressures should not be considered in sliding resistance. The recommended coefficient of friction (tan(δ)) between the base of the wall footing and foundation materials is 0.72 for a cast-in-place footing and 0.58 for a precast foundation. An LRFD resistance factor (φ) of 0.90 should be applied to the sliding resistance for a precast footing. Submittal Requirements Prepare drawings as necessary to adequately fabricate and erect the culvert and wingwalls. This includes, but is not limited to; Overall Prefabricated Elements Layout, Detail Plans of each typical segment, Connection Detail Plans, and Load, Unload and Erection Plans/Sequences or Instructions. I nclude in the General Notes the following information: design specification and method used; assumed dead and live loads; material properties and specifications, and any other information necessary to perform an independent structural check of the precast products. Furnish erection instructions including a full list of components, hardware, and faste ners and an erection plan identifying pieces by piece mark and location in the structure. Furnish shop drawings, supporting calculations, and concrete mix design for acceptance before performing work covered by the drawings. If submittals are returned for revision, correct and resubmit for acceptance. Allow 14 days per submission. If submittals must be resubmitted, the time for acceptance starts over. Obtain prior written approval for changes or deviations from the accepted drawings. Shop drawings may be submitted in either hard copy (paper) or electronic format. Include on each drawing and calculation sheet, the project number, name, and other identification as shown in the contract. Limit hard copy drawings to a maximum size of 24 by 36 inches. Alternatively, shop drawings may be submitted in electronic format using Acrobat file format. Electronic files may be sent via email to Jeff.Berg@dot.gov. Criteria Provide culvert and appurtenances conforming to the requirements of AASHTO LRFD Bridge Design Specifications, Fifth Edition. Fabrication Fabricate the precast concrete underpass and associated wingwalls according to ASTM C1433 Standard Specifications. Technical Support Provide written instruction for handling, storing, installing and assembling of the prefabricated elements. Transportation Delivery P ackage all hardware in water-tight containers clearly marked with their contents. Assure all precast elements and parts fitted prior to shipment. The government will provide the contact information of the installing contractor to the fabricator of this contract by July 1 st 2011. The installing contractor will coordinate directly with the fabricator to arrange delivery dates and the specific delivery location near Moose, Wyoming. The installing contractor will notify the fabricator at least 14 days prior to each shipping request. The fabricator is responsible for delivering the precast elements to the site at the request of the installing contractor and providing written instructions regarding handling and installation. The installing contractor is responsible for furnishing equipment and labor required to offload, handle and install. All precast elements shall be available for delivery by August 6 th 2011. Tentative and approximate delivery location: Moose Junction near Moose, Wyoming. Notify the following individual of the delivery date at least 10 days prior to each shipment. Jeff Berg Federal Highway Administration 610 East 5th Street Vancouver, WA 98661 Phone: 360-619-7719 FAX: 360-619-7846 Email: Jeff.Berg@dot.gov Acceptance Materials and fabrication will be evaluated by certification and visual inspection of the work as delivered for compliance with the requirements of this contract and prevailing industry standards. Provide manufacturer's production certification that the materials used in the fabrication of the culvert complies with all contract requirements. Contractor/vendor will complete FAR 52.212-3, Offeror Representations and Certifications Commercial Items and submit with quotation information. Reps, Certs and quotation can be submitted one of 3 ways: Mail - Federal Highway Administration, Attn: Toni Palmer 610 East Fifth Street, Vancouver, WA 98661. Fax - (360) 619-7855, Attn. Toni. Reference DTFH70-11-Q-00010 on cover sheet E-mail - wfl.purchasing@dot.gov. Please include DTFH70-11-Q-00010 on the subject line. Offers due 2 pm, Pacific Daylight Time May 18, 2011. Oral offers will not be accepted and considered non-responsive. CONTACTS: Technical - Jeff Berg (360) 619-7719 Solicitation - Toni Palmer, Contracting Officer, e-mail: wfl.purchasing@dot.gov. Please put solicitation number on the subject line. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov/far 52.252-2 Clauses Incorporated. By Reference (Feb 1998) This contract incorporates one or more clauses by reference with the same full force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available. Also, the full text of a clause may be accessed electronically at this address: www.arnet.gov/far Contract Terms and Conditions that apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- incorporated by reference. FAR 52.212-2, Evaluation-Commercial Items: product certifications and meets all requirements, able to meet delivery schedule, price. FAR 52.212-3, Full Text Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items- (a) The Contractor shall comply with the following FAR clauses, which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub.L.108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) 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: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S. C. 2402); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010)(Pub. L. 109-282)(31 U.S.C.6101 note); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010)(31 U.S.C.6101 note); 52-219-8, Utilization of Small Business Concerns (Jan 2011 (15 U.S.C.637(d)(2) and (3); 2-219-14, Limitations on Subcontracting (Dec 1996 (15 U.S.C.637(a)(14); 52.222-3, Convict Labor (Jun 2003) (E.O. 11755); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010) (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2010) (38 U.S.C. 4212); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496); 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010)(E.O.13513); 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub.L.108-77,108-78,108-286 and 109-169); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O., proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FHWA/WFL/DTFH70-11-Q-00010/listing.html)
 
Place of Performance
Address: Tentative: Moose Junction, Moose, Wyoming, 83012, United States
Zip Code: 83012
 
Record
SN02438352-W 20110505/110503234109-da439698cde05b44d203f00b0b8a4dd0 (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.