Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2016 FBO #5507
SOLICITATION NOTICE

56 -- Fiberglass Reinforced Polymer Trail Bridge Kit - Package #1

Notice Date
12/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326130 — Laminated Plastics Plate, Sheet (except Packaging), and Shape Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-6 Contracting North - Mt. Hood NF/Columbia River Gorge National Scenic Area, 16400 Champion Way, Sandy, Oregon, 97055, United States
 
ZIP Code
97055
 
Solicitation Number
AG-046W-S-17-0004
 
Archive Date
1/18/2017
 
Point of Contact
Kirsten R Donelson, Phone: 503-668-1782
 
E-Mail Address
krdonelson@fs.fed.us
(krdonelson@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
FP-14 Standard Specifications For Construction of Roads and Bridges on Federal Highway Projects Bridge Specifications drawings 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 resultant award will be a Firm Fixed-Price Purchase Order. Solicitation Number AG-046W-S-17-0004 is being issued by the Mt Hood National Forest as a Request for Quotation (RFQ). This solicitation is a 100% small business set-aside with an associated NAICS code of 326130 and small business size standard of 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. Pricing for the FRP Trail Bridge shall be a lump sum for the Bridge kit, Delivery, and offloading of the FRP Trail Bridge. Responses to this solicitation must include a Lump Sum Price and past performance history as stated under the Statement of Work. STATEMENT OF WORK The Forest Service is requesting bids for furnishing and delivering of one (1) prefabricated Fiberglass Reinforced Polymer (FRP) trail bridge kit, 50 feet in length and having sloped end sections. The Contractor shall also provide with the bridge kit, the necessary wood and hardware needed to assemble the deck across the entire length of the span. All wood shall comply with the specifications indicated on the attached drawings. The bridge shall be shipped disassembled, preferably in pieces not exceeding 25 feet in length and 115 pounds in weight; the Contractor shall confirm in their bid their proposed length and weight of the longest bridge component. All components shall be predrilled, and all hardware shall be provided. The bridge shall conform to the dimensions and design criteria provided in the attached drawings. The bridge shall be "shop-erected" to ensure bridge components fit properly before shipped to the project site. Any components that do not "fit properly" shall be replaced to provide a proper fit in the field. After "shop-erection" and quality control repairs/replacement, the bridge shall be disassembled and shipped to the project site. Bridge manufacturers shall provide a past performance history, showing at least five (5) recent projects (with the last bridge being delivered no longer than two (2) years ago). Each project shall include a narrative that discusses the following: references, experience, and methods of bridge connections, material performance in the field, aesthetics, portability to difficult sites, and simplicity of erection. Manufacturer shall indicate a minimum of three (3) years' experience with designing and fabricating pedestrian FRP bridge kits, and provide certified load test data of an actual constructed bridge. The Contractor shall provide the necessary equipment and personnel to offload all bridge components once they arrive at the proposed delivery location. SPECIFICATIONS The bridge shall conform to the following specifications: A.LRFD Guide Specifications for the Design of Pedestrian Bridges, Current Edition B.FP-14, Standard Specifications for Construction of Roads and Bridges on Federal Highway Projects, 2014. See attached C.General Bridge Construction Notes. See attached. DESIGN REQUIREMENTS Refer to the drawings for details on design loading, dimensions, and general details ("General Notes" sheet). Design shall be performed and stamped by a licensed professional engineer. The bridge shall be design and fabricated to the dimensions provided in the drawings provided with this statement of work. Any recommended deviations to the drawings shall be requested to the Contracting Officer's Representative prior to actually designing and implementing the change. SUBMITTAL REQUIREMENTS The Contractor shall submit the following information for review and approval, prior to delivery: A.Shop Drawings (see drawings for details) B.Installation Instructions C.Superstructure Design Calculations DELIVERY LOCATION From Roseburg, Oregon, take eastbound Oregon State Highway 138 for approximately 25 miles (past the town of Glide, OR). The delivery location will be a paved turnout along the highway. Forest Service or BLM personnel will be at the turnout to arrange for inspection, and acceptance of material. Refer to the General Notes sheet in the attached drawings for special delivery instructions. There are no loading docks or offloading equipment available at the delivery location. Contractor to provide all equipment, materials and manpower needed to offload at the destination. START DATE & PROJECT SCHEDULE The Start date will be after acceptance of the Purchase Order. The Contractor shall have all bridge components ready for delivery no later than April 24th, 2017. The Forest Service shall arrange for delivery of bridge components between April 24th and May 28th, 2017 (actual date will be arranged with 14 calendar days of delivery date). RESPONSE LOCATION Quotations for this solicitation shall be submitted to fax number 888-391-1469, emailed to Kirsten Donelson krdonelson@fs.fed.us, or mailed to Mt Hood National Forest Attn: Kirsten Donelson 16400 Champion Way Sandy, OR 97055. All other inquiries and correspondence shall be submitted in writing to the Contracting Officer. SAM REGISTRATION REQUIREMENTS: Prospective contractors must be registered in the System for Award Management (SAM) prior to award. https://www.sam.gov/portal/SAM/#1#1 INVOICE PROCESSING PLATFORM www.ipp.gov NOTE: The paragraph below replaces the paper invoice copies requirement referenced on FAR 52.212-4 (g) invoices. The "Submit Invoice-to" address for USDA orders is the Department of Treasury's Invoice Processing Platform (IPP). The contractor must follow the instructions on how to register and submit invoices via IPP as prescribed in the previous communications from USDA and Treasury. All invoices are to be submitted via the electronic Invoice Processing Platform. This is a mandatory requirement initiated by the U.S. Department of Treasury and you can find more information at this website https://www.ipp.gov/index.htm. Make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 this/these addresses: www.arnet.gov/far/ www.usda.gov/procurement/policy/agar.html FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.212-3 Offeror representations and Certifications- Commercial Items (OCT 2016) All offerors must provide a completed copy of "52.212-3, Offeror Representations and Certifications - Commercial Items" OR the offeror must have completed their annual representations and certifications electronically at https://www.sam.gov/portal/public/SAM. If the offeror has completed SAM on-line, a copy of 52.212-3 can be pulled from the SAM website. DUNS #_______________________ FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015), applies to this acquisition and includes the following addenda to this clause incorporated in full or by reference. FAR 52.236-7 - PERMITS AND RESPONSIBILITIES (NOV 1991) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (NOV(OCT 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 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 (Sept 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 (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, (OCT 2015) 31 U.S.C. 6101 note) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.225-1, Buy American Act-Supplies (May 2014) (41 U.S.C. chapter 83). 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42, and 112-43). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, 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-System for Award Management (Jul 2013) (31 U.S.C. 3332). (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: 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C.chapter 67.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (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 this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (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 $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17 Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xi) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/467/AG-046W-S-17-0004/listing.html)
 
Place of Performance
Address: Delivery Location:, State Highway 138, Roseburg, Oregon, 97471, United States
Zip Code: 97471
 
Record
SN04354890-W 20161221/161219234211-14da6e4278f3dcd8c219b8e223e8ac6f (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.