The RFP Database
New business relationships start here

Anthem Creek Trail Bridge Supply


Washington, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Anthem Creek Trail Bridge Supply

The U.S. Forest Service, Okanogan-Wenatchee National Forest, Entiat Ranger District, Chelan County servicing Region 6 has a requirement for the supply of a single treated timber glued laminated stringer trail bridge. The bridge shall be fabricated, including all hardware, per the drawings and specifications, delivered, unassembled and offloaded to the designated location.


Bridge components shall be packaged in lots not to exceed 2,000 pounds to facilitate delivery to bridge installation sites by helicopter (not included in this contract). The final bridge assembly will be performed by others so components shall be clearly marked to facilitate assembly.


Bridge components for Anthem Creek Trail Bridge shall be delivered to the Entiat National Fish Hatchery Compound at 6970 Entiat River Road in Entiat, WA 98822. Coordination for a specific delivery location within the compound will occur after award. The Government will not be responsible for offloading the Anthem Creek Trail Bridge components at the designated site.


It is anticipated the solicitation will include contract Line Item Number (CLIN) 15101 Mobilization, (CLIN) 25406 Treated Timber Crib Wall - Anthem Creek Trail Bridge Cribbing: Fabricate and deliver a treated timber cribbing for 2 abutments with all required hardware as outlined in the contract drawings, CLIN 55706 Treated Structural Timber, Glu-Laminated - Anthem Creek Trail Bridge: Fabricate and deliver a 31 foot long by 7 foot wide Glued Laminated Stringer Trail Bridge, including, but not limited to the stringers, diaphragms, decking, runners, rails, rail posts and blocking with all required hardware as outlined in the contract drawings,


Delivery of the products shall be made on or before to July 31, 2019. The pricing shall include cost for delivery. The CO must be notified 10 days prior to delivery.
Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies, incidental supplies necessary to perform all work described in accordance with drawings and specifications of the contract. Contractor will be paid for actual work performed.


The Contractor shall utilize products and materials that promote energy conservation, pollution prevention, waste reduction, use of recovered materials, that are environmentally preferable, and are made from bio based materials (e.g. insulating foam, composite panels, concrete with fly ash, wood and concrete sealers) to the maximum extent possible without jeopardizing the intended end use or detracting from the overall quality delivered.


The Contractor shall assume all risk, loss, damage, or expense arising out of prosecution of the work, except as otherwise provided in the contract.
It is anticipated the contract will be awarded by April 30, 2019. A firm-fixed price commercial contract is contemplated requiring submission of written quotation, including their DUNS Number, Tax Identification Number, Past Performance Information, fabrication and delivery timelines, as well as their pricing. Award will be made to the contractor whose quote offers the best value to the Government.


This acquisition is determined to be under the Small Business Competitiveness Demonstration Program and posted for 100% small business set aside. Contractors are required to be registered with System for Award Management (SAM). 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. Please make sure that your company has registered at https://www.ipp.gov/vendors/enrollment-vendors.htm to establish your account.


The solicitation with specifications and wage rates will be posted to the https://www.fbo.gov/ website on or after April 9, 2019. No hard copies of the solicitation and applicable amendments will be mailed or issued. To receive the Request for Quotation package and any applicable amendments, offerors must download them from the https://www.fbo.gov/ website.


Mariah R Morris, Contracting Officer, Phone 509-664-9317, Fax 509-664-9281, Email mrmorris@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP