The purpose of this amendment is to provide additional details concerning the false stringers (not in contract) described in the section GENERAL FEATURES AND DESIGN.
Please see the attachment "False Stringer Details"
This is a combined synopsis/solicitation for the design, fabrication, and delivery fiber-reinforced polymer (FRP) Pedestrian Trail Bridges, commercial items, 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 2019-01 of December 20, 2018. Quotations are being requested via this notice only. A written solicitation will not be issued. The solicitation number is 140P8419Q0043 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 326199 and the size standard is 750 employees.
DESCRIPTION: Design, engineer, fabricate, and deliver trail bridges in accordance with the attached specifications. The components shall be no longer than 25 feet, to allow transportation to and re-assembly at the site. See Attachment 1 for a complete description of the requirement.
Bridge 1: 15 ft L x 5 ft W
Bridge 2: 16 ft L x 5 ft W
Bridge 3: 18 ft L x 5 ft W
Bridge 4: 21 ft L x 5 ft W
DELIVERY: Crater Lake National Park, Hwy 62 Maintenance Yard, Crater Lake, OR 97604. The GPS coordinates are 42°53'44.1"N 122°08'12.4"W.
PERIOD OF PERFORMANCE: June 6, 2019 - October 4, 2019
PAYMENT: The vendor must submit invoices via the IPP payment system. Payment will be made by electronic funds transfer generated by the US Treasury.
TERMS AND CONDITIONS: TERMS AND CONDITIONS: 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
52.204-18, Commercial and Government Entity Code Maintenance
52.204-19, Incorporation by Reference of Representations and Certifications
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 contractor's 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)
52.219-6, Notice of Total Small Business Set-Aside
52.219-13, Notice of Set-Aside of Orders
52.219-28, Post Award Small Business Program Rerepresentation
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--Supplies
52.225-13, Restrictions on Certain Foreign Purchases
52.232-33, Payment by Electronic Funds Transfer-System for Award Management
52.217-4, Evaluation of Options Exercised at Time of Contract Award
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.242-15, Stop-Work Order
52.247-34, F.O.B. Destination
Full text versions of all FAR references and clauses are available at https://www.acquisition.gov/far/.
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: VENDOR'S ITEMIZED INVOICE. 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 [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.
INSTRUCTIONS TO OFFERORS: Quotations are due May 17, 2019 at 4:00 PM, PT to the attention of: Jack Northcutt, Contracting Officer, Crater Lake National Park at email: [email protected]
EVALUATION FACTORS FOR 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 quotations meeting or exceeding the acceptability standards. All non-cost factors will be evaluated on a pass/fail basis. The following non-cost factors shall establish the requirements of acceptability:
1. Technical capability of the firm to complete the work, as evidenced by:
A. Providing a list of jobs of similar nature/scope performed within the last three years (Use Attachment 2 - Experience & Past Performance Form) and
B. A very brief description of your proposed FRP bridges that demonstrates an understanding of the requirement. (Use the Description field of the attached Quote Sheet -Attachment 3)
2. Past performance (an offeror's or contractor's performance on active and physically completed contracts) as evidenced by providing current contact information for the list of jobs (Use Attachment 2 - Experience & Past Performance Form)
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
THE POINT OF CONTACT FOR THIS SOLICITATION IS: Jack Northcutt, Contracting Officer, Crater Lake National Park, telephone: 541-883-6884; email: [email protected]
Quotation Package (What to Submit)
One original shall be submitted and shall include the following:
1. Completed Quote Sheet (Attachment 3)
2. Acknowledgement of Amendments: Acknowledge all RFQ amendments (if any are posted) using one of the methods set forth in Block 11 of the amendment, Standard Form 30.
3. Completed Experience & Past Performance Form (Attachment 2)
4. To be eligible for award, Offerors must have an active SAM record at http://www.sam.gov at the time of award, including the completed "Reps & Certs" section within their online active SAM record.
5. Email quotes to the attention of: [email protected]. Quotes will only be accepted through electronic mail. Documents required by this solicitation must be uploaded and received in their entirety no later than the closing date and time of this solicitation. NOTE: It is the responsibility of the contractor to verify that any emailed quotes have been delivered/received by the Contracting Officer listed above on or before the closing date/time of the RFQ. If you have any questions, please contact the Contracting Officer by May 14.
Please do not send quotations to, or contact, the default contracting office in Denver, CO. The correct contracting office address is: NPS PORE MABO, POINT REYES NATIONAL SEASHORE, 1 BEAR VALLEY ROAD, POINT REYES STATION CA 94965-9703
RFQ No. 140P8419Q0043
ATTACHMENT 1 SPECIFICATIONS
Fiber Reinforced Polymer (FRP) Trail Bridges
for Crater Lake National Park
GENERAL
Scope - Bridge specifications are for fully engineered clear span bridges of Fiber Reinforced Polymer (FRP) composite construction and shall be regarded as minimum standards for design and construction.
GENERAL FEATURES OF DESIGN
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.
1 each at 21' 0"L x 5'0"W
1 each at 18' 0"L x 5'0"W
1 each at 15' 0"L x 5'0"W
1 each at 16' 0"L x 5'0"W
Bridges must be designed as FRP Composite I-Beam Spans
All members shall be constructed from Pultruded FRP composite profiles and structural shapes as required.
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.
Camber - Bridge will be pre-cambered to eliminate initial dead load deflection.
Field Assembly - assembly must be possible with only standard hand tools. Installation can be completed with scaffolding, jacks, and/or overhead rigging if required.
Small Transportable Components - Maximum weight of components should be less than 200 lbs. The longest piece will be 25 feet.
ENGINEERING
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.
Bridge will be designed for a uniform live load of 90 psf and a snow load of 150 psf.
Bridges will be designed for a minimum wind load of 25psf.
Seismic loads will be determined according to the criteria specified in the standard building codes (IBC, ASCE, or UBC).
Design in accordance with AASHTO's LRFD Guide Specifications for the Design of Pedestrian Bridges.
Design shall utilize a simply supported FRP I-beam system (minimum of three beams) sufficient to carry loads, support decking, and to allow for the attachment of a park-installed post and handrail systems.
MATERIALS
FRP Composites FRP bridges shall be fabricated from high-strength E-glass and isophthalic polyester resin.
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, pre-drilled for final assembly.
Hardware shall be A307 hot dipped galvanized steel.
Railings: No railings. Standard curbing on both sides of each bridge.
Color: All FRP materials will be green in color.
SUBMITTALS
Shop drawings for each bridge structure for review and acceptance. Provide design criteria, component dimensions, layout, and PE stamp.
Shop drawing for details of minimum bearing area of concrete stem wall with anchorage details.
Shop drawings showing locations for attaching decking and posts and with recommended size and type of fasteners.
Step-by-step written instructions. Include photos of completed factory assembled structures prior to disassembly and shipment.
Two sets of spare parts for each type of fastener or hardware.
15-year Manufacturer warranty for materials.
Final as-built drawings.
QUALITY CONTROL
Manufacturer shall fabricate and assemble the bridge structures to verify assembly, component size/type and fit are accurate.
Disassemble, itemize and label components, develop and include assembly instructions for delivery.
SHIPPING AND DELIVERY
Disassemble and ship all materials, fasteners, etc. to Crater Lake National Park, 1 Hwy 62 Maintenance Yard, Crater Lake, OR 97604. Schedule delivery to occur during the hours of operation, Monday through Friday from 7 am to 4:30 pm.
SCHEDULE
Submit shop drawings for review and acceptance within 30 days of award.
All other deliverables within 120 days of award.
ATTACHMENT 2 EXPERIENCE & PAST PERFORMANCE FORM
RFQ No. 140P8419Q0043
Fiber Reinforced Polymer (FRP) Trail Bridges
For Crater Lake National Park
Qualified Suppliers - The bridge manufacturer shall have been in the business of design and fabrication of pre-fabricated bridges for a minimum of five years. Submit a list of at least three successful bridge projects in the last three years with location and contact information.
Company Name:
Company Address:
Are you proposing to use a subcontractor? (yes/no)
If yes, list name of subcontractor:
PAST PERFORMANCE REFERENCES:
Contact Name:
Company/Agency Name:
Address:
Phone Number:
Description of Project:
Contact Name:
Company/Agency Name:
Address:
Phone Number:
Description of Project:
Contact Name:
Company/Agency Name:
Address:
Phone Number:
Description of Project:
RFQ No. 140P8419Q0043
ATTACHMENT 3 QUOTE SHEET
Fiber Reinforced Polymer (FRP) Trail Bridges
for Crater Lake National Park
Company name:
DUNS number:
Contact name, phone number and e-mail:
Acknowledgement of amendments (if any):
Lead time:
Brief Description of proposed bridges:
Instructions: Offerors are required to submit, at minimum, an offer that conforms to the solicitation documents with pricing for Base and Option line items. Failure to do so may render the proposal unacceptable. On lump-sum line items, provide the total price only. If no specific line item exists for a portion of the work, include the costs in a related item. In case of error in summation, the total of the corrected amounts govern. Round totals and extended prices to whole dollars. Pricing will be evaluated based on what is determined to be the best value to the Government.
Line Description Qty Unit Price
Item
010 Bridge 1: 5 feet wide x 15 feet long 1 EA $________
020 Bridge 2: 5 feet wide x 16 feet long 1 EA $________
030 Option - Bridge 3: 5 feet wide x 18 feet long 1 EA $________
040 Option - Bridge 4: 5 feet wide x 21 feet long 1 EA $________
Prices include design, fabrication, and delivery
Email to: [email protected] NLT 4:00 PM (PT) May 17, 2019