Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2002 FBO #0286
SOLICITATION NOTICE

56 -- Concrete (Drydock) Blocks

Notice Date
9/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, Kings Bay Det, 930 USS Hundley, Bldg 2012 Naval Submarine Base, Kings Bay, GA, 31547
 
ZIP Code
31547
 
Solicitation Number
N68836-02-T-3A12
 
Response Due
9/22/2002
 
Archive Date
10/7/2002
 
Point of Contact
Donna Hill, Purchasing Agent, Phone (912) 673-2656, Fax (912) 673-2125, - Donna Hill, Purchasing Agent, Phone (912) 673-2656, Fax (912) 673-2125,
 
E-Mail Address
Donna_M_Hill@jax.fisc.navy.mil, Donna_M_Hill@jax.fisc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FEDERAL ACQUISITION REGULATION and DEFENSE FEDERAL ACQUISITION REGULATION. This solicitation is set-aside for small business. NAICS Code: 327331 . A list of Contract Line Item Numbers are as follows: The following is a list of items to be delivered Trident Refit Facility, Kings Bay, Georgia 31547: ITEM 0001: Concrete (Dry-dock) blocks "A" 3'6" x 4', Quantity: 7 each Block A: Concrete construction shall conform to the requirements of ACI 301 and ACI 318. Concrete shall be air-entrained having a minimum ultimate compressive strength of 3,000 PSI at 28 days. Cement shall conform to ASTM C150, Type II or Type III. If type III is used, Tri-Calcium Aluminate shall be 8% or less of the mixture and compressive strength at 7 days must exceed 3,000 PSI. Aggregate shall conform to ASTM C33, with 1 inch maximum size. Reinforcing steel shall conform to A615-Grade 60. Calcium Chloride shall not be used. Compressive strength tests shall be performed for one set of three specimens for each 100 CY or fraction thereof placed in any one day. All sampling and testing shall be performed by an independent testing laboratory approved by the Contracting Officer. All timber shall be red or white oak, select car stock, in accordance with the 1978 Edition of The National Hardwood Lumber Association. ?RULES FOR THE MEASUREMENT AND INSPECTION OF HARDWOOD AND CYPRESS LUMBER. All timber shall have the ends sealed with a coal-tar derivative. All timber/timber and timber/concrete interfaces shall be coated with a coal tar or similar mastic. The Mastic shall serve as a preservative and a parting agent for future timber replacement. Pipe sleeves and thru-bolt (as indicated by drawing). Pipe shall conform to ASTM A53 and shall be hot-dipped galvanized, any available type and grade, 1" NPS Schedule 40. Thru bolts: (or studs) and nuts and washers shall conform to ASTM A307 Grade A and shall be hot-dipped galvanized in accordance with ASTM A153 Class C. TOLERANCE: Variation from parallel of top and bottom surface shall not exceed +/- 1/8? from vertical dimension of block. FILL ALL BOLT HOLES WITH SILICONE. CONSTRUCTION: The recommended construction technique is to use a steel form with tolerance dimension from top to bottom surfaces. Place timber, bolts, rebar and lifting sleeves in the form, then place concrete. INCLUDE MATERIAL FOR A 3/4" CHAMFER ON THE CORNERS OF THE BLOCKS. Blocks shall be made in accordance with drawing made available upon request. ITEM 0002: Concrete (Dry-dock) blocks "B" 3'6"x 6' Quantity: 8 each (Specifications same as ITEM 0001) Required delivery date: 29 October 2002 FAR 52.212-1 Instructions to Offerors, Commercial, is incorporated by reference and applies to this acquisition. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (OCT 1995) with its offer. FAR 52.212-4, Contract Terms and Conditions, Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition and resulting contract. The resulting contract will be firm, fixed price (FFP). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes (OCT 1995) is incorporated in this contract by reference, however, for paragraph (b) only the following provisions apply to this acquisitions: 52.212-5(b): 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.232-33 Payment by electronic Funds Transfer?Central Contractor Registration (31 U.S.C. 3332) ; DFAR 252.204-7004 Required Central Contractor Registration (Mar 1998) applies to this solicitation and resulting contract; DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (Nov 1995); DFAR 252.212-7001 Contract Terms and Conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of commercial items is incorporated in this contract, however, for paragraph (b) only the following provision applies to this acquisition: 252.225-7001 Buy American Act-Trade Agreements-Balance of Payments Program (41 U.S.C. 10a-10d, E.O. 10582) Quotes are due by noon (EST) on September 22, 2002 at FISC Jacksonville Kings Bay Detachment, 930 USS Hunley Ave Rm. 214, Naval Submarine Base, Kings Bay, GA 31547 Contracting Officer: Donna Hill (912) 673-2656.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVSUP/N68836/N68836-02-T-3A12/listing.html)
 
Place of Performance
Address: Trident Refit Facility Naval Submarine Base Kings Bay, GA
Zip Code: 31547
Country: United States of America
 
Record
SN00165315-F 20020914/020912221813 (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  © 1994-2020, Loren Data Corp.