Federal Bid

Last Updated on 17 Aug 2019 at 8 AM
Combined Synopsis/Solicitation
Crater lake Oregon

CRLA 1 Fiber Reinforced Poymer (FRP composite pedestrian bridge

Solicitation ID 140P8419Q0088
Posted Date 22 Jul 2019 at 8 PM
Archive Date 17 Aug 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dsc Contracting Services Division
Agency Department Of Interior The
Location Crater lake Oregon United states
This is a combined synopsis/solicitation for the acquisition to supply and delivery 1 fully engineered fiber reinforced polymer (FRP) composite construction pedestrian bridge to Crater Lake National Park. This is 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 (FAC) 2019-01 (effective 1/22/2019). It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at https://www.acquisiton.gov/browse/index/far. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is 1409P8419Q0088, and the solicitation is issued as a Request for Quotation (RFQ). The North American Industrial Classifications System (NAICS) is 326199, Prefabricated Structure & Scallolding, with an associated small business size standard of 750 employees. This solicitation for a supply, is a 100% total small business set-aside, and will result in a firm fixed price contract determined by best value to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government price and technically acceptable. Pedestrian Pre-Fabricated Bridge Specifications for One Bridges 1.0 General 1.1 Scope- Bridge specifications are for a fully engineered clear span bridge of Fiber Reinforced Polymer (FRP) composite construction and shall be regarded as minimum standards for design and construction. 1.2 Qualified Suppliers- The bridge manufacturer shall have been in the business of design and fabrication of pre-fabricated bridges for a minimum of 5 years. A list of at least three successful bridge projects will be submitted along with location and contact information. 2.0 General Features of Design 2.1 Span- Bridge spans will be as follows (straight line dimension) and be measured from each end of the bridge structure. Width of all bridges shall be measured from the inside face of the structural elements at deck level. 2.1.1 1 each at 25' 0"L x 6'0"W 2.2 Bridges must be designed as a FRP Composite I-Beam Span 2.3 All members shall be constructed from Pultruded FRP composite profiles and structural shapes as required. 2.4 All bridges must allow for the inclusion of two false timber stringers on the outside of each bridge to hide the main structural stringers. 10" on each side of each bridge. 2.5 Camber - Bridge will be pre-cambered to eliminate initial dead load deflection. 2.6 Field Assembly - assembly must be possible with only standard hand tools. Installation can be completed with scaffolding, jacks, and/or overhead rigging if required. 2.7 Small Transportable Components - Maximum weight of components will be less than 150lbs. The longest piece will be 25' 0". 3.0 Engineering 3.1 Structural design of the bridge structures shall be performed by or under the direct supervision of a Licensed Professional Engineer and completed in accordance with recognized engineering practices and principles. 3.2 Bridge will be designed for a uniform live load of 85psf and a snow load of 100psf (10' thick snow) 3.3 Bridges will be designed for a minimum wind load of 25psf. 3.4 Seismic loads will be determined according to the criteria specified in the standard building codes (IBC, ASCE, or UBC) 3.5 Allowable Stress Design approach for all structural members shall be Tension 2.5 Compression 2.5 Shear 2.5 Bending 2.5 End Bearing 2.5 Connections 3.0 3.6 Service loads shall be: Live load deflection = L/240 Vertical Frequency = 5.0Hz 4.0 Materials 4.1 FRP Composites FRP bridges shall be fabricated from high-strength E-glass and isophthalic polyester resin. Minimum material strengths are as follows: Tension- 33,000 psi Compression - 33,000 psi Shear - 4,500 psi Bending - 33,000 psi Young's Modulus - 2,800,000 psi 4.2 The minimum thickness of FRP composite shapes will be: Square tube members - .25 in Wide Flange beams - .25 in Channel sections - .25 in Angles - .25 in 4.3 Wood Decking shall be No 2 Yellow Pine (or equivalent) treated according to the American Wood Preservers Bureau. Standard 3 in x 12 inch planks will be provided. 4.4 Hardware shall be A307 hot dipped galvanized steel. 4.5 Railings: No railings. Standard curbing on both sides of each bridge. 4.6 Color. All FRP materials will be green in color. 5.0 Submittals. 5.1 Schematic drawings and diagrams shall be submitted upon receipt of order. All drawings shall be signed by a licensed Professional Engineer. Structural calculations shall be submitted and shall be signed and sealed by a licensed Professional Engineer in the state of Oregon. 6.0 Delivery will be to 1 Hwy 62 Maintenance Yard, Crater Lake, OR 97604 and bridges will come unassembled. Delivery 90 days after award. 7.0 Warranty: Bridges will have a 15 year structural warranty. CLAUSES & PROVISIONS CLAUSES (apply to awarded contract): 52.252-2, Contract 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 address: www.acquisition.gov/far. 52.204-13, System for Award Management Maintenance (Oct 20 I 8); 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016); 52.204-17 Ownership or Control of Offeror (Nov 2014) 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2018); 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.242-15, Stop Work Order (Aug 1989); 52.242-17, Government Delay of Work (Apr 1984); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2019), with all paragraph (a) clauses incorporated; paragraph (b) clauses as follows: X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). X (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). X (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). X (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X (28) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)(29 U.S.C. 793). X (33) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). X (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)(E.O. 13513). X (i) Alternate I (June 2014) of 52.223-16. X (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, Proclamations and Statutes administered by the Office of Foreign Assets Control of the Dept. of the Treasury) X (55) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332); No paragraph (c) clauses incorporated; all paragraph (d) clauses incorporated; all paragraph (e) clauses incorporated. ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - Internet Payment Platform (IPP) (April 2013). Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (www.ipp.gov). "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: vendor's standard invoice, including the following elements: I) Name and address of the contractor, 2) Invoice date and invoice number, 3) Contract/purchase order number, 4) The description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed, 5) Period of Service for services rendered, 6) Name (where practicable), title, phone number, and mailing address of person to notify in the event of an improper invoice. 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 www.SAM.gov record) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to contract award or no later than 3 - 5 business days after the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email [email protected] 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. This action is for the federal government and is exempt from state and local sales tax (Tax Exempt ID #140001849). PROVISIONS (apply to this solicitation): 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov/far. 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (Jan 2017); 52.204-7, System for Award Management (Oct 2018) - Offerors must be actively registered in the SAM.gov on-line database, at website address www.sam.gov. Active registration means that at time of award registration status in SAM reads "active"; 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018); 52.212-2, Evaluation-Commercial Items (Oct 2014). The Government will award a contract resulting from this solicitation to the responsible Offeror whose quote conforming to the solicitation will be most advantageous to the Government, on the basis of lowest total price, considering price and past performance. Evaluation factors other than price, when combined, are approximately equal to price. The government reserves the right to make award without discussions. The government reserves the right to cancel this solicitation; Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2018), with quote, or have completed the reps/certs section in their SAM.gov registration; 52.222-22, Previous Contracts and Compliance Reporting (Feb 1999). 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran Representation and Certifications (Aug 2018). QUESTIONS REGARDING THIS REQUEST FOR QUOTE. Questions must be received in writing no later than five (5) calendar days prior to quotation due date shown in the latest amendment. Questions and/or comments received after this time may or may not be addressed prior to the solicitation closing date. Send email question(s) to [email protected] and reference the solicitation number in the subject line of the email, e.g., "140P8419Q0088/QUESTION." WHAT TO SUBMIT - CONTENTS OF QUOTE - Standard Form 18 (SF-18), Request for Quotations, Page 1: Complete blocks 13 through 16 on the first page. An official having the authority to contractually bind the offeror's company must sign the SF-I8 in accordance with the procedures prescribed in FAR 4.102; - Fill in prices on the price schedule in section 4; - Acknowledge any amendments issued (if issued, these will be on Standard Form 30); 8.4- Provide your legal business name, 9 digit numeric DUNS number, point of contact name, telephone number, and email address (the DUNS number will be verified in the SAM.gov database including reps/certs - - refer back to clauses 52.204-7 and 52.212-3 above); - Submit either the filled out reps/certs provision 52.212-3 manually or have completed reps/certs in SAM.gov. NOTE: In accordance with the clause 52.219-28 (as incorporated by reference in Section 6 above), if the Offeror does not have a representation in SAM for the NAICS code applicable to this solicitation, the Offeror may be required to complete a rerepresentation and submit to the Contracting Officer prior to award, so that the Contracting Officer can verify Offeror's small business size status for NAICS 326199 as part of responsiveness; HOW AND WHEN TO SUBMIT QUOTE. Quotations shall only be accepted through electronic mail addressed to: [email protected]; Include the Request for Quotation number (140P8419Q0088) in the subject line of your email. All quotation documents required by this solicitation must be uploaded and received in their entirety no later than August 2, 2019 at 5:00pm Pacific Time. Quotations submitted by hardcopy or the Fed Connect web portal or Fed Connect Message Center shall not be accepted or considered. It is the responsibility of the contractor to verify receipt by the Purchasing Agent, Lyn Giddings, before the closing date/time of the RFQ. The Purchasing Agent can be reached at (707) 465-7316 or [email protected]. Â
Bid Protests Not Available

Similar Past Bids

Crater lake Oregon 07 May 2019 at 2 PM
Crater lake Oregon 30 May 2018 at 10 PM
Crater lake Oregon 13 Mar 2018 at 9 PM
Crater lake Oregon 29 Mar 2024 at 5 PM
Crater lake Oregon 09 Jun 2020 at 11 PM

Similar Opportunities

Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Athens Georgia 10 Jul 2025 at 7 PM
Point reyes station California 11 Jul 2025 at 12 AM