Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2023 SAM #7834
SOURCES SOUGHT

99 -- GAOA Lower Mad River Trail Bridges Supply

Notice Date
5/8/2023 3:10:18 PM
 
Notice Type
Sources Sought
 
Contracting Office
OKANOGAN-WENATCHEE NATIONAL FOREST WENATCHEE WA 98801 USA
 
ZIP Code
98801
 
Solicitation Number
1098762
 
Response Due
5/22/2023 4:00:00 PM
 
Point of Contact
Paula Sales, Kay Steffey
 
E-Mail Address
paula.sales@usda.gov, arlene.steffey@usda.gov
(paula.sales@usda.gov, arlene.steffey@usda.gov)
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a SOURCES SOUGHT only. �The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (hubzone, 8(a), small, small disadvantage, small veteran owned business or service disabled veteran owned small business) relative to NAICS 321999 - All Other Miscellaneous Wood Product Manufacturing, a small business size standard of 500 employees.� This is not a solicitation. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to the sources sought synopsis, a solicitation announcement may be published in the SAM.gov website. Responses to the sources sought synopsis are not considered adequate responses to the solicitation announcement.� All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The Okanogan-Wenatchee National Forest, Entiat Ranger Districts, Chelan County, Washington intends to contract for the supply of a two, single-span treated timber glued laminated stringer trail bridges as described below: The bridge components shall be fabricated, including all hardware, per the drawings and specifications, delivered, unassembled and offloaded to the designated location. Treatments for the new bridge timber members are as follows: All Glued-Laminates: �� � -AWPA use category system (U1) for use category 3B (above ground) - Exposed UC3B� - Klear Gard 25 or approved equal. All Bridge Decking, Running Planks & Railing System: --AWPA use category system (U1) for use category 3B (above ground) - Exposed UC3B� - Klear Gard 25 or approved equal. All Sills, Backing planks, cribs & timber walls: �� �-AWPA Use Category System (U1) for use category 4B (Ground contact) � Heavy Duty UC4B �� �-Pentachlorophenol in Heavy Oil (Type A Solvent) Additional items include: For Lower Mad River Trail Bridge #1 at MP 10.5 - High Strength Epoxy Adhesive to anchor the headed anchor bolts to the concrete substructure on the near abutment. For Lower Mad River Trail Bridge #2 at MP 11.2 � Cement mortar to level the rock surface for sill bearing as noted on the Bearing Detail as shown on the plans. Bridge components shall be packaged in lots not to exceed 2,000 pounds to facilitate delivery to the bridge installation site(s) by helicopter. Transporting the trail bridge components from the delivery site to the installation site(s) will not be included in the contract. The final bridge assemblies will be performed by others so components shall be clearly marked to facilitate assembly. Components of the first and second bridge must be packaged separately and clearly marked/identified to avoid confusion when the packages are re-loaded and transported to the installation site(s) at a later date. Offloading the materials will be the responsibility of the contractor.� Delivery shall be made in on or before July 1, 2024.� If you are interested, please provide the requested information indicated below. Responses to this notice should include company name, address, points of contact, and business size according to the following: 1. Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), 8(a), Large Business, etc.)? 2. Is your company considered small under the NAICS code identified under this RFI? 3. Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? 4. Please provide your UEI number and CAGE code. The information above is intended to be descriptive and not restrictive to describe the nature of the services requested. Interested parties are responsible for demonstrating to the Government their ability to provide the services as indicated. If your organization has the potential capacity to provide these supplies, please provide the following information: Organization name, address, email address, Website, telephone number, size standard with social economic status and type of ownership for the organization, cage code, TIN number, NAICS codes (with business size) and GSA Schedule number (if applicable). To respond, you must email your information to the Contracting Officer and Contracting Specialist via email prior to 1600hrs EST on 22 May 2023. CS: Paula Sales, paula.sales@usda.gov CO: Kay Steffey, Arlene.steffey@usda.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4555dd679f294bfb8a5f10d9c976fa8e/view)
 
Record
SN06675613-F 20230510/230509121210 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.