SOLICITATION NOTICE
E -- Bridges, superstructures - Package #1 - Package #2
- Notice Date
- 8/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 321992
— Prefabricated Wood Building Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-2 Rocky Mountain Region, 740 Simms Street, Regional Office, Golden, Colorado, 80401
- ZIP Code
- 80401
- Solicitation Number
- AG-82BH-S-11-0041
- Point of Contact
- Angelina Sanchez, Phone: 7195531433, Toinette P Aranda, Phone: 7195531431
- E-Mail Address
-
asanchez04@fs.fed.us, tparanda@fs.fed.us
(asanchez04@fs.fed.us, tparanda@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Schedule of Items Plans Specifications This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.106, as supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number for this procurement is AG-82BH-S-11-0041 and is a Request for Quotation. Quotations must reference solicitation number. Submit written offers only; oral offers will not be accepted. Pike & San Isabel National Forests intends to award a firm fixed-price contract for possibly nine (9) glue-laminated longitudinal slab trail bridge superstructures, including railings, bearings, and anchors. Government may award only base item. Award on additive items will be based on availability of funds. NAICS code for this procurement is 321992, Prefabricated Wood Building Manufacturing, with a small business standard of 500 employees. BID SCHEDULE-See attached bid schedule. DESCRIPTION OF WORK The intent of this contract is to provide nine (9) glue-laminated longitudinal slab trail bridge superstructures, including bearings and anchors, to be used for pedestrian crossings. Work does not include installation. The Contractor shall provide all engineering, drawings, fabrication, materials, equipment, and delivery necessary to complete the work. SEE ATTACHED SPECIFICATIONS DELIVERY INSTRUCTIONS & LOCATIONS FOB Destination for all structures and components shall be delivered as follows: Item 1-Macey Creek Trail Bridge, Item 3-Venable Trail Bridge, and Item 8-N. Brush Creek Trail Bridge shall be delivered to the Alvarado Barn located on the San Carlos Ranger District in Custer County just before Alvarado Campground (approx. 10 mile SW of Westcliffe, CO. Item 2-S. Hayden Creek Trail Bridge shall be delivered to the Chaffee County Rd and Bridge Storage Yard located on the Salida Ranger District in Chaffee County. 10360 County Rd 120, Poncha Springs, CO 81242. Item 4-N. Cheyenne Creek Trail Bridge and Item 9-Surplus Trail Bridge shall be delivered to the Woodland Park Work Center located in the Pikes Peak Ranger District in Teller County. 1408 Rampart Range Rd, Woodland Park, CO 80863. Item 5-Sugar Creek Trail Bridge shall be delivered to the Indian Creek Work Center located on the South Platte Ranger District in Douglas County. 1217 N. Hwy 67, Sedalia, CO 80135. Item 6-Greenhorn Creek Trail Bridge shall be delivered to the Lake Isabel Work Center located on the San Carlos Ranger District in Pueblo County. 9945 Hwy165, Rye, CO 81069 Item 7-La Plata Trail Bridge shall be delivered to the Crystal Lakes Work Center located on the Leadville Ranger District in Lake County. 10600 Hwy 24 S. Leadville, CO 80461 PROVISIONS AND CLAUSES applicable to this solicitation are listed below and incorporated by reference. All clauses and provisions referenced in the announcement may be accessed at the following website: http://www.arnet.gov/far FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov or by calling 1-888-227-2423. A DUNS (Duns and Bradstreet) number is required in order to register. Offerors must present their representation and certification, through the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008). The following addendum is provide to this provision: Paragraph (b), entitled "Submission of Offerors", Request for Quotation should be submitted and shall contain the following information: solicitation number; name; address; telephone number of offeror; price; any discount terms, response to non-price evaluation factors and acknowledgement of all and total amounts. An official authorized to bind the company must sign the quote. Quotes may be submitted via mail or email. E-MAIL Submissions: Proposal documents to include schedule of items and assembly instructions shall be submitted in Word format. All drawings shall be submitted in PDF. FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) The Government will award the contract to that responsible vendor whose quotation, conforming to the combined synopsis/solicitation, will be most advantageous to the Government, considering price and the price-related factors described below. Factor- Price FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (AUG 2009) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2010); The following FAR clauses are applicable as listed in 52.212-5 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I (SEP 2006) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) 52.219-6 Notice of Total Small Business Set Aside (JUN 2003) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.223-15 Engergy Efficiency in Energy-Consuming Products (DEC 2007) 52.225-1 Buy American Act-Supplies (FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (OCT 2003) Agar 452.236-70 Additive or Deductive Items (FEB 1998) Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Name; Address; Telephone Number of Offeror, Price; Any Discount Terms, Response to non-price evaluation factors and Acknowledgement of all Solicitation Amendments if any. Quotes must complete the Schedule of Items to include, unit prices, subtotals and total amounts. An official authorized to bind the company must sign the quote. Quotes may be submitted via mail or e-mail. QUESTIONS: Questions during the solicitation phase of this requirement shall be submitted electronically to asanchez04@fs.fed.us. The closing date for these written questions is Aug., 26, 2011, 1:00 p.m. MST. Facsimile questions will NOT be accepted. The government will provide responses to all offerors no later than five (5) business days after the closing date for questions RESPONSE TIME: Request for Quotation will be accepted NO LATER THAN Sep. 12, 2011 12:00 (noon) p.m. MST Submit or email to: USDA Forest Service, Attn: Angelina Sanchez 2840 Kachina Drive, Pueblo, CO 81008 E-Mail: asanchez04@fs.fed.us POC for this solicitation is Angelina Sanchez, 719-553-1433.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82X9/AG-82BH-S-11-0041/listing.html)
- Place of Performance
- Address: various locations, Colorado, United States
- Record
- SN02536833-W 20110818/110817000317-3db8ccfde64111e8cb1d765605665c69 (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 |