The RFP Database
New business relationships start here

Pre-Engineered Trail Bridges -Delivered to the Hiawatha National Forest


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

Solicitation Number: 12569R19Q0021
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.
This solicitation is issued as a Request for Quote (RFQ) and the documents incorporate provisions and clauses in effect through Federal Acquisition Circular 2019-02, 5/6/2019.
This procurement is a total small-business set aside. The NAICS code is 332312 and the Small Business Size Standard is 500 employees.

Description of Requirement:
The Hiawatha National Forest announces a request for quote for the delivery of three modular pre-engineered trail bridges. The pre-engineered bridges shall be designed in accordance with AASHTO's LRFD Guide Specifications for the Design of Pedestrian Bridges as amended by Forest Service Handbook (FSH) 7709.56b - Transportation Structures Handbook Ch. 80 - Trail Bridge Design which is included as an attachment to this solicitation; sections of the Handbook that do not apply to this solicitation have been greyed out. See detailed requirements described in the attached Specifications and FSH.

Delivery Details/Period of Performance:
Estimated award date is June 17, 2019 with delivery 75 days from award to Rapid River Ranger District 8181 US Hwy 2 Rapid River, MI 49878.

Schedule of Items:
(See OFFER SUMBISSION PACKAGE attachment for Schedule of Items to be completed for offer submission as well as other requirements.)


The Government intends to award a fixed price contract for to the responsive and responsible offeror as a best value to the government. Please indicate the amount per pre-engineered trail bridge in the schedule below. The amount will include all costs associated with freight to the delivery address for each bridge.
The intent is to procure all three bridges, but availability of funds will determine the ability to award all items.
DESCRIPTION
Item 1- Haymeadow Falls Trail Bridge: 60' long pedestrian bridge TOTAL PRICE___________
Item 2- Taylor Creek Trail Bridge: 50' long pedestrian bridge TOTAL PRICE___________
Item 3- North Branch of the Carp: 40' long pedestrian bridge TOTAL PRICE___________


Option Item 4*- Manufacturer's representative on site to guide bridge installation.
Base Mobilization __________
Hourly Rate _________
*Option Item 4 will be awarded at the government's discretion. This item should include base mobilization price to Rapid River, MI and then an hourly rate for on-site assistance with assembly of bridge structure. Hourly rate should include all costs associated with this service after initial mobilization, the Rapid River bridge site is on a hiking trail that is approximately ¾ mile from the nearest vehicle route. Manufacturer's representative will need to be capable of traversing a typical back-country trail to provide this site assistance. Hourly rates would be calculated by the time needed to travel from Rapid River, MI to the construction/assembly site and include time spent at the assembly site, paid time to end when on-site services terminate. Applicable wage rates will apply to this optional line item service.

Vendors must be registered in Systems for Award Management (SAM) prior to receiving a government contract (formerly Central Contractors Registration or CCR). See www.sam.gov for details - this may take up to 2 weeks and requires a DUNS number, so it is highly recommended that interested parties register immediately in order to avoid any delays in award.


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 "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.


ALL QUESTIONS MUST BE IN WRITING. Please submit all questions to Erin Garcia at erin.garcia@usda.gov. Questions and answers will be posted to FBO and is the contractor's responsibility to remain up to date on all Q&As as well as any potential resulting amendments. All questions must be received not later than three days prior to the solicitation close date, or the government is under no obligation to review and/or address the questions.


Further provisions, clauses, and addenda including, but not limited to, commercial provisions 52.212-1, 52.212-2, 52.212-3 and commercial clauses 52212-4, 52.212-5 are incorporated in the attached solicitation. Those that are incorporated by reference can be viewed in full text at https://www.acquisition.gov/far.


52.212-2 Evaluation - Commercial Items (OCT 2014)
(a) 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 shall be used to evaluate offers:
• Past Performance;
• Experience;
• Capability to meet the government requirement;
• Biobased Purchasing; and
• Price and overall cost the the government


Technical and past performance factors, when combined, are equal to price.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) 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.
Offer Submission Information:
The Government may issue an order to other than the lowest offeror, waive minor informalities or irregularities in offers received, or elect not to award at all. If necessary, the Government may conduct discussions with any or all offerors. It is in the offeror's best interest to fully respond to the Experience Questionnaire since an order may be issued on the basis of information received, without further discussion.
Award will be made on a Best Value basis and offers shall at a minimum, contain the items described in this section. Each offer shall contain sufficient information to enable a thorough evaluation.


To be considered responsive, contractor must submit the following with offer:
1. Completed Schedule of Items, with pricing, including Offeror name, address, DUNS number, telephone number and name of contact person;
2. Experience and Capabilities Questionnaire to define non-price evaluation factors and elements. Offeror must respond to the other factors as described under FAR 52.212-2 Evaluation Commercial Items (OCT 2014). This includes information for similar structures manufactured for other clients including references for recent clients and when applicable Biobased purchasing;
3. Offers must include information sheets for the proposed structures including any options that were utilized in offer preparation- also include option items that are available but not included;
4. Offers must provide warranty information for modular bridges;
5. Offerors shall include representations in FAR 52.209.11; and
6. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) online at www.sam.gov.


All offers must be received by 4:00 Eastern on June 10, 2019.


Please submit one complete copy of the above information to:
USDA Forest Service - 12569R19Q0021
Erin Garcia, LSAT Contracting Officer
412 Red Apple Road
Manistee, MI 49660


Offers may be submitted electronically to erin.garcia@usda.gov, SUBJ: 12569R18Q0021
If submitting via email please note file size limitations, formatting or other problems may hamper receipt so please verify that the contracting officer has received your quote.
No facsimile offers will be considered per (c)(1) of FAR clause 52.215-1 Instructions to Offerors -- Competitive Acquisition. (Jan 2004). Incomplete offers will not be accepted.


Contact Erin Garcia at erin.garcia@usda.gov or (231) 723-2211 with administrative questions concerning this solicitation.


Contact Adam Garrison at adam.garrison@usda.gov or 906-428-5843 for more information on technical questions concerning this solicitation.


See Combined Synopsis-Solicitation and attachments for further information.


 


Erin Garcia, Contract Specialist, Phone 2317232211, Email egarcia02@fs.fed.us

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP