Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

54--Prefabricated Panel Bridges, Olympic National Park, Ozette District, Clallam Co., WA

Solicitation Number: Q9512080A28
Agency: Department of the Interior
Office: National Park Service
Location: NPS - All Offices
  • Print
:
Q9512080A28
:
Combined Synopsis/Solicitation
:
Added: Jul 24, 2008 10:34 pm
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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-22. The solicitation is a total small business setaside. The solicitation number is Q9512080A28, and the solicitation is issued as a request for quotation (RFQ). The NAICS code is 332312 with a small business size standard of 500 employees. This solicitation will result in a firm, fixed-price contract.

The National Park Service has a requirement for two single-lane 40-foot long simple span panel bridges of modular galvanized steel construction (panel type). The bridges shall be new construction using standard bridge elements with no used parts. This work consists of the supply and delivery of a fully engineered, bearing devices, and all appurtenances. Delivery shall be between September 15, 2008 and October 15, 2008. The structural design of the bridge superstructure shall be performed by or under the supervision of a licensed professional engineer in accordance with the requirement of the American Institute of Steel Construction (AISC). Delivery of the bridge components shall be arranged by the manufacturer and shall be FOB Destination to the installation site located approximately 60 miles west of Port Angeles, Washington within the Olympic National Park Ozette Area. The National Park Service shall be responsible for unloading the bridge components from the truck at the time of arrival. The supplier shall notify the NPS 6 days in advance of the expected time of arrival.

DESIGN REQUIREMENTS: The bridges shall be Panel Bridges of modular galvanized steel construction (panel type). The bridges shall be designed for dead load plus AASHTO HS20-44 live (truck) loading and for wind load of 40 pounds per square foot, calculated with wind acting on entire bridge vertical face as if it we fully enclosed. Bridges shall be designed for seismic loads appropriate for the location. Bearing and anchoring devices shall be provided to allow for a differential in temperature of 120 degrees Fahrenheit. The clear span distance of bridge shall be 40 feet. The width of the bridge (clear opening) shall be 13 feet to 16.5 feet between curbs.

Six copies of the bridge specifications and information, including signed and sealed drawings and calculations by a licensed Professional Engineer in the State of Washington shall be submitted upon award of contract.

Workmanship, fabrication, and shop connections shall be in accordance with the AISC (American Society of Steel Construction), AWS (American Welding Society) D1.1 and D1.5 Bridge welding codes, AASHTO (American Association of State and Highway Transportation Officials Bridge Design Code), and ISO 9000 (International Standard for quality control). All welding shall be performed by properly certified operators. The bridge manufacturer shall be quality assured by ISO 9000 and the AISC to have the personnel, organization, experience, capability, and commitment meeting the requirements of the Simple Steel Bridges Category(ies) as set forth in the AISC Certification Program. All steel shall be high strength, low alloy, and all major components shall be hot-dipped galvanized to AASHTO M111 and ASTM A123 specification or equivalent. All bolts, pins, etc., are galvanized or spun galvanized.

The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2, Evaluation-Commercial Items, applies to this solicitation. 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, price and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers: (1) price, and (2) technical capability of the item offered to meet the Government requirement. Technical capability shall be considered significantly more important than price. The government reserves the right to make award without discussions. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications, Commercial Items, with its offer. The clauses at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. and includes the following clauses: 52.203-6, Alt. 1, Restrictions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Setaside; 52.219-8 Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 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; 52.219-28 Post Award Small Business Program Rerepresentation; 52.222-50, Combating Trafficking in Persons; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, and 52.247-34, F.o.b. Destination. All offerors must be registered in the Central Contractor Registration database. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. Quotations must be received no later than Friday, August 1, 2008, 4:00 p.m., Pacific Daylight Time. Submit quotations to the attention of the Contracting Officer, Olympic National Park, 600 E. Park Avenue, Port Angeles WA 98362 or send by facsimile to (360) 565-3018. The point of contact for this solicitation is: R.J. Roberson, Contract Specialist, Olympic National Park, telephone: 360-565-3024, email: Rod_Roberson@nps.gov, fax: 360-565-3018. The government reserves the right to cancel this solicitation.
:
PWR - OLYM Olympic National Park 600 East Park Ave Port Angeles WA 98362
:
Olympic National Park, Ozette District, Clallam Co. WA
98362
US
:
Rodney Roberson Contracting Officer 3605653024 rod_roberson@nps.gov;

Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance