Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2013 FBO #4295
SOLICITATION NOTICE

19 -- Floating Breakwater, James River Reserve Fleet, Fort Eustis, VA - Package #1

Notice Date
8/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
Department of Transportation, Maritime Administration (MARAD), SAR Acquisition, Office of Acquisition, MRG-7200, 7737 Hampton Boulevard, Building 4D, Room 211, Norfolk, Virginia, 23505, United States
 
ZIP Code
23505
 
Solicitation Number
DTMA92Q20130031
 
Point of Contact
Monique R. Leake, Phone: (757) 322-5820, Melinda Simmons-Healy, Phone: (757) 322-5819
 
E-Mail Address
Monique.R.Leake@dot.gov, melinda.simmons-healy@dot.gov
(Monique.R.Leake@dot.gov, melinda.simmons-healy@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Package 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is DTMA92Q20130031; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69 effective August 1, 2013. The North American Industry Classification System (NAICS) code is 327390. The business size standard is 500 employees. The Federal Supply Class (FSC) is 1945. The Standard Industrial Classification (SIC) is 3272. All responsible sources may submit a quote which shall be considered by the agency. This solicitation is for providing and installing a floating breakwater at the U.S. Maritime Administration, James River Reserve Fleet, Fort Eustis, Virginia. This solicitation is 100% small business set-aside. 1. General: The anchorage at the James River Reserve Fleet (JRRF) is located approximately 20 miles above the mouth of the river. The shore side facility is located on U.S. Army Fort Eustis, Virginia and requires access to the fort in order to reach the fleet site. There are 21 ships in the fleet anchorage, along with several small harbor craft used to service the fleet at the fleet location. The fleet's hours or operation are 0700-1730, Monday through Thursday, however the contractor may work outside of these hours with prior approval. The Contractor's rates will be based upon cost per complete the delivery and installation (to include providing and driving all pilings necessary to anchor the breakwater) within the JRRF boat basin. 2. Dimensions: The breakwater shall extend for as near as possible to the existing concrete pier westward following the existing steel sheet piling breakwater approximately 200 feet. The width of the concretes pontoons shall be at least 13 feet, but not more than 16.5 feet. The pontoon sections shall be anchored with pilings at either end of suitable size and construction for the water depth, expected sea conditions, bottom characteristics, etc. 2.1. Site Visit: Bidders may visit the fleet site to examine the location as needed. Boring samples were taken at the time the existing steel sheet piling breakwater was driven. The boring report and breakwater design drawings for the existing system are available for inspection. The Point of Contact at the JRRF is Martin Walker, 757-887-3233, ex 11, who will schedule visits as needed. Site visits should be completed by not later than Sep 11, 2013. 2.2. Contractor Experience: The concrete floating structure manufacturer shall be a company specializing in the design and manufacturing of concrete floating structures used for the berthing and boarding of vessels 2.3. Bid Pricing: If the contractor has more than one size to offer that meets the dimension requirements range, price quotes are requested for each size. Bids for the material shall be for materials and equipment delivered to the fleet site (mobilization included). Costs for driving anchoring pilings may be on a separate line. 3. Design Loads: The floats are to be single cast monolithic units, allowing all loads to be carried by the concrete structure. 3.1. Dead loads are calculated to include float, pile guides, framing, rub-boards, connectors, utilities, miscellaneous permanent attachments and specified uniformly distributed load. 3.2. Live Loads: freeboard loss will be approximately 1" per 5 lb. of uniformly distributed load. 3.3. Point Load: design is for a 400 lbs. point moving in any direction without causing the float systems to tilt excessively or losing more than 3" of freeboard. 3.4. Concentrated Load: 1,000 lbs. over a 10' x10' area 3.5. Boat Wake Condition: The location of the breakwater will be in a boat basin with minimal boat generated wake (less than 1 foot) 3.6. Wind Wave Condition: The expected wave height is an average of 1 foot or less and a maximum of 4 feet. 3.7. Impact Loads: The structure will be used to occasionally moor small vessels less than 60'. 3.8. Drag Forces: The current normally expected in the location of the breakwater would be less than one knot, except in tidal surges associated with tropical storms or hurricane. 4. Material Specifications 4.1. Structural Concrete: Structural concrete will conform to ASTM C-94 Minimum compressive strength at 28 days will be 6000 psi. Exposure class Cl. "light weight" concrete shall not be used. Cement is to be Type II with C3A content less than 7.5%. Aggregate shall be pea gravel conforming to ASTM C-33 Maximum aggregate size to be 112". Concrete air-entrainment will be from 4% to 7% when tested in accordance with ASTM C-173 or C231. Maximum water/cement ratio will be 0.4. 4.2. Reinforcing Steel: Reinforcing steel shall be placed, secured and supported in accordance with ACI 318-96 section 7.5 and meet the following additional requirements: (1) Reinforcing steel bars will conform to ASTM A-615 grade 60. Reinforcement will be sufficient to support entire dead load of each 20 meter long float section, without cracking or other damage when supported underneath either at a line directly transverse to the float longitudinal center at mid span or, at the two ends. Bars laps shall be a minimum of 30 bar diameters. (2) Welded wire mesh shall be made to conform to ASTM A497 and made from deformed wire conforming to ASTM A496 grade 60. All wire mesh laps shall be a minimum of 10". 4.3. Expanded Polystyrene (EPS) Core: Void inside of the concrete float shall be filled with a closed cell expanded polystyrene core that shall conform to ASTM C578. Type 1 C-578-07. The core shall have a density between.95 and 1.10 lbs. I ft2 and shall be made from virgin material containing no regrind. The EPS core will have a maximum water absorption of 4% by volume in accordance with ASTM C-272. EPS foam billets shall have a maximum dimension tolerance of plus or minus 118". Exposed portions of the EPS and leveling billets (if required) shall be coated with a Poly Urea coat with a minimum thickness of 1.5 MM. 4.4. Pile Guide Structural Steel: All pile guide structural steel shall conform to ASTM A36, A500, or A768 as applicable. All members to be hot dip galvanized as defined in ASTM A123. All welding shall be performed with AWS certified welders in accordance with AWS Code Section D1.1. 4.5. Pile Guide and Cleat Fastening Systems: All fastening and or anchoring members cast or permanently embedded in the float shall be made from ASTM grade 316 stainless steel. All anchor channels to conform to ASTM A666. All thread rod to conform to ASTM A193. All other fastening components shall conform to the following: All bolts to conform to ASTM A-307, with a minimum yield of 36 kilo-pound force per square inch (ksi) and minimum ultimate tensile strength of 60 ksi. All structural washers shall be made to ASTM F436 and all structural nuts to meet ASTM A563. All structural fasteners and related hardware shall be hot dip galvanized to ASTM A153. 4.6. Rub Rail and Fender Fasteners: All rub rail and or fenders shall be attached with fasteners made from 316 stainless steel. 4.7. Fender Material: Fender shall be D - profile/ D- bore secured with 316 stainless steel washer plates per manufacturer's recommendations. 4.8. Float-to-Float Connectors: Float to float connections shall employ an elastomeric member which will not emit or transmit noise and be of non-wearing design. The member will prevent the transmission of concentrated, point or shock loads to adjoining floats. At minimum the complete connection assembly will be capable of maintaining undamaged the structural integrity of the floatation system while withstanding repeated wave induced movements, permitting connected pairs of floats to have a range of motion of at least 24 degrees when viewed broadside to the float in the elevation plane. The connections system shall be easily assembled and will allow the removal of one or more of the connection fasteners while keeping the remaining fasteners in place. The Connection Assembly must be capable of transmitting float-to-float compressive and tensile loads equal to 4 times the float design dead weight without damage or degrading wear to the floatation system. 4.9. Wood: All wood to be Southern Yellow Pine, S.F.P.A. Grade #l or better, pressure treated with CCA and retention of 1.5 lbs. per cubic foot. 4.10. Utility Boxes, Utility Ducts: Utility Boxes and hand holes will be concrete cast in with structure. Lids will have a non-skid surface and designed to withstand a live load of 60 psf. 5. Fabrication Procedures: 5.1. Fabrications: Floats will be fabricated according methodology promulgated by the American Concrete Institute (ACI). The facility to provide adequate workspace, handling equipment, level casting surface and portable shelters for protection from adverse environmental conditions such as direct sunlight, wind, moisture, and freezing conditions 5.1.1. Casting Forms to have structural members and shoring systems adequate to insure floats are cast without distortion or deviations from design exceeding± 1/8". Form surfaces to be smooth true and of sufficient load carrying ability to ensure dimensions will not deviate more than ±1/8" from design dimensions. Any rough edges, form marks, or defects such as protruding fins shall be cleaned, ground smooth or patched. 5.1.2. Each float will be cast as an individual monolithic unit and made in one continuous pour. No cold joints are permitted. During the casting process the concrete shall be vibrated internally or externally in accordance with ACI -309 to ensure a smooth, dense finish, 5.2. Testing: Concrete testing is to be carried out by certified personnel, conforming to ACI guidelines. Three concrete cylinders will be taken in accordance with ACI-318 for each day's production. Entrained air tests to be taken daily from the same material samples used for the compressive test cylinders in accordance with ASTM C-173, or C231. Periodic unit weight test are to be performed as per ASTM C0138. All test results will be forwarded to the owner and design engineer. 5.3. Curing: All floats are cured in accordance with ACI 308, 305R, and 306R as applicable 5.4. Deck Finish: Float Deck surface shall have a light broom finish applied transversely to the walking deck. All top and vertical edges have a 3/4" chamfer. Float decks to have a minimum 1- 1W' wide smooth hard steel finished shiner strip placed around the entire perimeter. 5.5. Surface Defects: All floats will be free of structural cracks. Chips and cracks that exceed.01" wide will be patched with a non-shrink patching compound. 5.5.1. Rock pockets and or honeycombing exceeding l inch in diameter and or % " deep will be patched with a non-shrink grout of a color similar to the cured concrete. Any pockets that expose the reinforcing steel will be chipped out, cleaned, and filled with a non-shrink patching compound. 5.6. Handling: All floats will be properly designed for loading, shipping, lifting. Lifting points will be specified per float design. The following provisions and/or clauses apply to this acquisition. This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at these addresses: Federal Acquisition Regulations (52.) http://www.acquisition.gov/far/current/html/FARTOCP52.html#wp372482 Transportation Acquisition Regulations (1252) http://www.dot.gov/administrations/office-assistant-secretary-administration/tar-part-1252-solicitatons-provisions-and U.S. Maritime Administration Provisions and Clauses (MCL): https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm Offerors must comply with the following clauses and provisions: 52.204-13 System for Award Management Maintenance; 52.212-1 Instructions to Offerors-Commercial Items (manufacturer's data is required describing the physical and performance characteristics of the quoted floating breakwater system for evaluation purposes) (quotations with required documentation must be received electronically by 14030 hours ET, Sep 18, 2013 via email attachment sent to Monique.R.Leake@dot.gov) 52.212-2 Evaluation (Award to be made to the responsible quoter having satisfactory past performance whose product is determined to be essentially equivalent in construction and performance with the solicitation requirements and whose quoted price is lowest) 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are required to include a completed copy of this provision with their offer or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 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; within FAR Clause 52.212-5(b) and (c), the following Items (latest version) are designed by the Contracting Officer to apply to the solicitation: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6 Notice of Total Small Business Set-Aside 52.219-14 Limitations on Subcontracting 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.225‐3 Buy American Act‐‐Free Trade Agreements‐‐Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.222-41 Service Contract Act (Applicable Wage Determination may be downloaded: http://www.wdol.gov/wdol/scafiles/std/05-2543.txt?v=15 52.215-5 Facsimile Proposals: (757) 322-5858 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 1252.223-73 Seat Belt Use Policies and Programs MCL.H-3 Indemnity and Insurance MCL.H-4 Indemnity and Insurance (Additional): Coverages Subpara (d): (1), (2) $1 million minimum, (4) $2 million minimum, (6) $1 million minimum. MCL.H-5 MARAD Reserve Force Safety Rules for Contract Personnel MCL.L-2 Agency Protests
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/SAR/DTMA92Q20130031/listing.html)
 
Place of Performance
Address: End of Harrison Road, Bldg. 2606, Fort Eustis, Newport News, Virginia, 23604-1649, United States
Zip Code: 23604-1649
 
Record
SN03162287-W 20130828/130826235307-23bdd63a6010b8b0af0d29f0a954c76f (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.