SOLICITATION NOTICE
55 -- Six Glu-Lam Foot Bridges for Whiskeytown National Recreation Area
- Notice Date
- 3/8/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 321213
— Engineered Wood Member (except Truss) Manufacturing
- Contracting Office
- NPS, PWR - PORE MABOPoint Reyes National Seashore1 Bear Valley RoadPoint Reyes StationCA94956-9703US
- ZIP Code
- 00000
- Solicitation Number
- P16PS00666
- Response Due
- 3/24/2016
- Archive Date
- 4/23/2016
- Point of Contact
- Elizabeth Chico 530-595-6113
- E-Mail Address
-
Elizabeth Chico, Contracting Officer
(elizabeth_chico@nps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation No. P16PS00666 Six Glu-Lam Foot Bridges Whiskeytown National Recreation Area Shasta County, California This is a combined synopsis/solicitation for the fabrication and delivery of six- three stringer Glu-Lam Bridges, a commercial item, prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 05-87 of March 7, 2016. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is P16PS00666 and the solicitation is issued as a request for quotation (RFQ). The acquisition is reserved exclusively for small business concerns. The North American Standard Industrial Classifications System Code is 321213 and the size standard is 750 employees or less. This acquisition is to supply six Glued-Laminated (Glu-Lam) bridges to the National Park Service (NPS), Whiskeytown National Recreation Area (WHIS). Contractor shall deliver the six fountains to Whiskeytown National Recreation Area maintenance yard, 14412 John F Kennedy Memorial Drive, Whiskeytown, CA 96095. Delivery will be 60 days after award. Delivery shall be made between the hours of 8:00 a.m. and 4:30 p.m. Monday through Friday, excluding holidays. Provide 24 hour advance notice for delivery. SPECIFICATIONS: Product offered to the Government under this purchase shall meet or exceed the following minimum specifications: WHIS is seeking a manufacturer to fabricate and deliver six- three stringer Glu-Lam bridges which must all be engineered to support a minimum of 85 pounds per square foot pedestrian live load. Quotes must be for bridge packages alone, minus fasteners / hardware. Required hardware will be provided by WHIS to NPS field staff whom will be completing installation. Glu-Lam material must be 24f-V4 Coastal Region Doug Fir; lumber must be CRDF #1 RGH. Sills and soil dams that may come in contact with ground must be treated with a Copper Naphthenate net retention of.075 pcf using solvent type A heavy oil (K520). Decking and stringers must be treated with Copper Naphthenate with a net retention of.040 pcf using solvent type A heavy oil (K520). NPS does not require pre-drilling of holes; NPS Field Workers will drill required holes on site. Specific Bridge Locations and Dimensions; All bridges listed below require 5 foot long deck boards x 3 inches in thickness x 12 inches in width. Brandy Creek Paved Trail Crossing; 40 feet in length X 5 feet in width built to support 85 pounds per square foot pedestrian live load. Mill Creek Bridge; 40 feet in length X 5 feet in width built to support 85 pounds per square foot pedestrian live load. Boulder Creek Bridge; 30 feet in length X 5 feet in width built to support 85 pounds per square foot pedestrian live load. Brandy Creek Beach Bridge; 24 feet in length X 5 feet in width built to support 85 pounds per square foot pedestrian live load. Shasta Divide Bridge; 20 feet in length X 5 feet in width built to support 85 pounds per square foot pedestrian live load. Shasta Divide Bridge; 16 feet in length X 5 feet in width built to support 85 pounds per square foot pedestrian live load. NPS requires all materials entering the park to be weed free. Transport trucks must be weed free and inspected by the NPS and/ or designated resource management staff. Contractor will pressure wash all equipment surfaces capable of harboring weed seeds, including the undercarriage, prior to entering the park. Hauling restrictions: Contractor must comply with all legal load restrictions in the hauling of materials. Load restrictions on park roads are identical to the State load restrictions with such additional regulations may be imposed by the Park Superintendent. Information regarding rules and regulations for vehicular traffic on park road ways may be obtained for the office of the Park Superintendent. A Special permit will not relieve the contractor of liability for damage, which may result from moving equipment. Upon import and installation, these new foot bridges will provide safe and adequate passage/access to and from front and back country locations throughout the park. Treatments injected into these bridge packages will aid in protecting wood from extreme hot and cold temperatures. Contractor will not be given notice for supply until Whiskeytown National Recreation Area Facility spring temperatures are adequate for this type of delivery. Weather dependent; dates will likely be on or after May 2nd, 2016. On notice of award, contractor will begin coordinating delivery and means of off loading transport trucks with the parks Roads, Trails, and Lake Operations Supervisor (RT&L), or the parks Trails Worker Leader. INTERESTED PARTIES SHALL SUBMIT A QUOTATION BASED ON A UNIT PRICE PER BRIDGE. The Government reserves the right to adjust the total quantity ordered based on availability of funding at the time of award. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, on the basis of the lowest evaluated price of quotes. THE OFFEROR MUST INCLUDE DESCRIPTIVE PRODUCT LITERATURE SHOWING THE OFFERED ITEM AND IT MUST CLEARLY SHOW HOW THE PRODUCT MEETS THE REQUIREMENTS LISTED ABOVE. The following FAR provisions and clauses apply: 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-3, Offer Representations and Certifications -- Commercial Items (to be completed and provided with quotation unless Certs & Reps section of the contractors www.sam.gov record is completed in full); 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 52.212-5, applicable clauses are the following: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside Orders; 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, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American Act- Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management); 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; 52.242-15 Stop-Work Order 52.242-17, Government Delay of Work. Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/. 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality AgreementsRepresentation (Feb 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Feb 2015) (a) The contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibition and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that -- (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. Electronic Invoicing and Payment Requirements Invoice Processing Platform (IPP) (Apr 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendors business invoice (upload your business invoice as an attachment to the IPP invoice before you click submit in IPP). VENDORS FAILURE TO ATTACH THE REQUIRED DOCUMENTATION AS SPECIFIED ABOVE WILL RESULT IN THE IPP INVOICE BEING REJECTED. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to the contract award date, but no more than 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. INSTRUCTIONS TO OFFERORS: Quotations are due by THURSDAY, MARCH 24, 2016, 4:00 PM, Pacific Standard Time to the attention of: Elizabeth Chico, Contracting Officer. Quotations may be emailed, hand delivered or sent via mail to: elizabeth_chico@nps.gov or Elizabeth Chico, Contracting Officer, Lassen Volcanic National Park, 38050 Hwy 36E, Mineral, CA 96063 on or before the closing date and time. Confirmation of receipt of quotes is the sole responsibility of the Contractor. Any quotation received after 4:00 pm Pacific Standard Time will be considered late and will not be further considered. THE POINT OF CONTACT FOR THIS QUOTATION IS: Elizabeth Chico, Contracting Officer, Lassen Volcanic National Park, (530) 595-6113 or elizabeth_chico@nps.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P16PS00666/listing.html)
- Record
- SN04042827-W 20160310/160308234717-ee1be25cbaf066ebec266adef31073da (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 |