Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2002 FBO #0151
MODIFICATION

53 -- Sandblasting Grit, Medium grade

Notice Date
4/30/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, Bldg. 475-2, Code 200 1942 Gaffney Street, Suite 100, Pearl Harbor, HI, 96860-4549
 
ZIP Code
96860-4549
 
Solicitation Number
N00604-02-T-A709
 
Response Due
5/8/2002
 
Archive Date
5/23/2002
 
Point of Contact
Mary Wardwell, Contract Specialist, Phone 808-474-4100, Fax 808-474-5223,
 
E-Mail Address
mary_k_wardwell@pearl.fisc.navy.mil
 
Description
The description previously provided with the synopsis is deleted and the following description is inserted. The date for receipt of responses is extended through 08 May 2002. This solicitation is issued on an unrestricted basis. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. Request for Quotation number N00604-02-T-A709 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-06 and Defense Change Notice 20020314. The NAICS code is 326199 and the business size standard is 500 employees. This requirement is for a sandblasting grit. CLIN 0001, 180 tons Grit, sandblast, medium grade sieve size #16 - 30 abrasive blasting media. Ordering data: a) MIL-A-22262B(SH) of 5 Apr 93 w/AMD- 21 Mar 96 (Mod delete table III); b)DODISS dtd Jul 96; c)sieve requirements - sieve analysis % passing by weight, #8 min 100% max 100%, #12 min 95% max 100%, #20 min 50% max 85%, #30 min 10% max 55%, #40 min 0% max 20%, #50 min 0% max 5%, #80 min 0% max 1%; d) as specified; e) required by weight; f) sacks ( see exception to spec); g) see exceptions to spec; h) 2-ton sack (see exceptions to spec); i) as specified in paragraph 5.5 & 5.5.1. Additional requirements: each sack shall be marked with the following info: 1) USS Buffalo; 2) Contract number; 3) Document number. Additional requirements for grit: 1) nickel limit 0.09% max; 2) test inspection report in accordance with DT-NDTI-80809A 25 May 91 and certificate of compliance for soluable and total metal content in accordance with para 3.4.12.1 of MIL-A-22262B with the exception of nickel which shall have a maximum limit of .09% required. 3) MSDS per FED-STD-313C 1 Mar 88. The abrasive blasting media shall be shipped in a bulk commodity shipping bag constructed of woven polypropylene, denier not less than 1400 inches warp and 1200 inches weft, count not less than 16 X 14 yards per inch, with double strength sidewalls, single ply top and bottom. Polyproylene to be treated for ultraviolet light protection to retain 75% strength after 1200 hours in weatherometer. Material must have a bursting strength of not less than 450 pounds per inch. Bag will be equipped with a sling with 4 or more pickup points and 4 or more lift straps that cradle the bottom of the bag to provide a method of handling. 1-1/2 inch or wider of reinforced strap is sewn around the top perimeter of container and is included as an integral part of the sling. Sling will be constructed to 2" or wider polyester webbing with break strength of not less than 4000 pounds. Top closure is effected by a nylon tension fastener or plastic coated wire tie. Bottom discharge consists of a 10 inch diameter concentricspout; 20" lg, closed with nylon tension fastener or plastic coated wire tie. 3.5 ML polyester liner to be inserted and tied off through bottom of discharge spout to as a moisture barrier. Discharge spout when tucked in is covered by a flap fabricated of woven polypropylene which is then secured with a 1/8 inch braided polypropylene draw string. Net weight of load must not exceed 4000 lbs. Bags shall be palletized in accordance with MIL-STD-147C, no strapping required. Each CLIN is to be quoted on a fixed price basis. Hazardous Material -- One (1) copy of the Material Safety Data Sheet shall be furnished with the material, and the material shall be labeled and marked in accordance with FAR 52.223-3 Hazardous Material Identification and Material Safety Data and DFARS 252.223-7001 Hazard Warning Labels. Required delivery is 30 days ADC, F.O.B. Destination, Pearl Harbor, Hawaii 96860. Inspection and Acceptance shall be made at Destination by the receiving activity. In the event the unit price and extended price are ambiguous, the Government shall use the indicated unit price for evaluation and award purposes. FAR 52.209-1, Qualifications, applies. The agency activity to contact is the Naval Sea Systems Command, SEA 05Q, 2531 Jefferson Davis Hwy, Arlington, VA 22242-5160. Far 52.211-2, Availability of Specifications Listed in the DoD Index of Specifications and Standards (DoDISS) and Descriptions Listed in the Acquisition Management Systems and Data Requirements Control List, DoD 5010.12-L applies. Copies of specifications, standards, and data item descriptions cited in this solicitation may be obtained -(a) From the ASSIST database via the Internet at http://assist.daps.mil; or(b) By submitting a request to the --Department of Defense Single Stock Point (DoDSSP),Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094,Telephone (215) 697-2667/2179,Facsimile (215) 697-1462. Mercury or mercury compounds shall not be intentionally added or come in direct contact with hardware or supplies furnished under this contract. Supplier shall certify that all items furnished under this contract are free of mercury or mercury compounds. All certifications are required to be delivered with the material. Payment on material for which certifications are not received will be withheld. Partial shipments are authorized. Where certification is required, each partial shipment must be accompanied by applicable certification for that shipment. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items applies. Addendum to FAR 52.212-1: Paragraph (h), Multiple awards-Delete entire paragraph. Substitute "Single Award. The Government plans to award a single contract resulting from this solicitation. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered unless the offeror specified otherwise in the offer." The provision at FAR 52.212-2, Evaluation?Commercial Items applies. The Government intends to make a single award to the responsible contractor whose proposal is technically acceptable, in full compliance to all other requirements set forth in the solicitation and the lowest cost or price. Technical acceptability is more important than price. The Government reserves the right to judge which quotes show the required capability and the right to eliminate from further consideration those quotes which are considered unacceptable and not capable of being made acceptable without major rewrite or revision. Offerors are required to complete and include a copy of the following provisions with their proposals (copies may be obtained from http://farsite.hill.af.mil or by request from this office): FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. Also, DFARS 252.225-7035, Buy American Act and Balance of Payments Program Certificate; DFARS 252.204-7004, Required Central Contract Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies. Add the following provisions: FAR 52.215-5, Facsimile Proposals. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-19 FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled and Vietnam Era Veterans; FAR 52.232-33 Payment by EFT ? CCR. FAR 52.223-3 Hazardous Material Identification and Material Safety Sheet and DFAR 252.223-7001 Hazard Warning Labels apply. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable to paragraph (b): DFARS 252.227-7035 Buy American ? North American Free Trade Agreement Implementation Act ? Balance of Payment Program. Quotes must be received by the Contracting Officer no later than 1:00 p.m. HST, 08 May 2002. Quotes may be mailed, faxed or e-mailed. Quotes should be mailed to Department of Navy, Fleet and Industrial Supply Center, Regional Contracting Department (Code 201A.MW), 1942 Gaffney Street, Suite 100, Pearl Harbor, Hawaii 96860-4549. Facsimile proposals will be accepted at 808/474-5223. E-mail quotes may be addressed to Mary_K_Wardwell@pearl.fisc.navy.mil.
 
Place of Performance
Address: Pearl Harbor, Hawaii
Zip Code: 96860
 
Record
SN00069016-W 20020502/020430213500 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.