Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2003 FBO #0519
SOLICITATION NOTICE

40 -- WIRE ROPE

Notice Date
4/30/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-03-Q-0246
 
Archive Date
5/30/2003
 
Point of Contact
Ernestine Barnes, Contract Specialist, Phone 757-396-8277, Fax 757-396-8503,
 
E-Mail Address
barneses@nnsy.navy.mil
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR 13 with the format in Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number N00181-03-Q-0246 is issued as a Request for Quotations (RFQ) and quotations are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-11 and the Defense Federal Acquisition Regulations Supplement 1998 Ed. The NAICS classification is 332618 and the small business size standard is 500 employees. FISC, Norfolk Naval Shipyard Annex intends to make a firm fixed price award for the following: ITEM 0001: WIRE ROPE; QTY: 7 RO. ORDERING DATA: (A) Wire Rope and strand, RR-W-410E, 7 February 2002 (B) Type 2, Class N/A, construction 8x31, 1-1/2? dia nom; (C) N/A; (D) 1 x 7 or 1/19 ?Seale?; (E) N/A; (F) 40% minimum breaking strength pre-stress; (G) Galvanized; (H) Drawn Galvanized ; (I) 8 outer strands preformed during closing; (J) The rope shall have 8 compacted outer strands right-hand lay, 1 x 3 ?Warrington Seale? construction; (K) A wire rope lubricant conforming to MIL-G-18458 shall be applied to the wires during stranding and to the rope during closing; (L) N/A; (M) Lubrication in accordance with MIL-G-18458 stranding and closing; (N) N/A; (0) N/A; (P) N/A;(Q) N/A; (Q) N/A; (R) N/A; (S) N/A; (T) 1. IAW para 3.12.1; (2) 1.5 inch nominal diameter, 1.575 inch maximum diameter, 8 x 31, right lang lay, parallel-lay IWRC, a central core strand right hand lay, 1 x 7 or 1 x 19 ?Seale construction (the core strand may be compacted at the manufacturer?s discretion), the wires of the core strand may be either drawn galvanized or galvanized at finished size. Weight per foot of rope shall be 4.7 to 4.9 pounds. The lay length of the six (6) outer wires of the core strand shall be between 2.5 and 3.0 inches. The rope shall have eight (8) compacted inner strands, left handed lay, 1 x 7 construction. The lay length of the six-(60 wires of the inner strands shall be between 1.8 and 2.2 inches. All eight (8) of the inner strands shall have the same lay length within +/-0.125 inches. The rope shall have (8) compacted outer strands, right-hand lay, 1 by 31 ?Warrington Seale construction. The lay length of the wires of the outer strand shall be between 4.0 and 4.5 inches. All eight (8) of the outer strands shall have the same lay length within +/-0.125 inches. The main wires shall be drawn galvanized extra improved plow steel. The center wires of all strands shall be drawn galvanized, but may be of a lower strength than the other wires of the rope. The core and each strand shall be compacted by either a die forming or by a swaging technique. The eight inner strands shall be closed around the core strand in a single operation. The eight (8) outer strands shall be preformed during the closing of the rope. The lay length of the finished rope shall be between 9.5 and 10.5 inches. During closing of the rope, the outer strands shall be forturned sufficiently to ensure that all wires in the outer strand are tight. The outer wires of the strands must not be removable by probing with a knife point or other suitable tools. A wire rope lubricant, conforming to MIL-G-18458 shall be applied to the wires during stranding and to the rope during closing. The rope shall have a minimum breaking strength of 250,000 pounds, maximum breaking strength of 285,000 pounds. The rope tensile stiffness (the product of the cross-sectional area and the modulus of elasticity, ae) as measured by the slope of the strain versus the tension curve at a tension of 30,000 pounds shall be a mimimum of 18,000,000 pounds. The wire rope shall be pre-stretched. (U) N/A; (V) N/A; (W) N/A; (X) N/A; (Y) N/A; (Z) N/A; (AA) N/A; (BB) N/A; (CC) N/A; (DD) N/A; (EE) N/A; (FF) N/A; (GG) Level C, Level B; (HH) On 900 ft reels; (II) Pack as per para 5.2.1.1. Note: All wire rope ordered must be from the same lot of material. ITEM 0002: 1 EACH , PROVIDE WRITTEN VERIFICATION TO CLEARLY IDENTIFY WIRE ROPE TO MANUFACTURER?S LOT NUMBER AND TO CERTIFY IT MEETS REQUIREMENTS OF RR-W-410E, INCLUDING MINIMUM BREAKING STRENGTH. Delivery shall be FOB Destination, Norfolk Naval Shipyard, Receiving Officer, Building 276, Portsmouth, VA 23709-5000. Inspection and Acceptance at Destination. FAR 52.212-1, 52.212-3, 52212-4, 52.212-5 incorporating 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33 as applicable; ADDENDA: DFAR 252.212-7001 incorporating 252.225-7001, DFAR 242.204-7004 REQUIRED CENTRAL REGISTRATION. Lack of registration in the CCR database will make an offeror INELIGIBLE FOR AWARD. All responses must include a completed copy of the certifications and representations set forth in FAR 52.212-3. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule, and adherence to the applicable clauses/provisions. Past performance will be evaluated using the Navy Red/Yellow/Green program as follows: (A) This procurement is subject to the Navy Contractor Evaluation System, Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet materials, parts and components of ships, planes and weapons systems. (B) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor quality performance history. The price to be considered in determining the best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (C) The procedures described in the clause of this solicitation entitled, ADDITIONAL EVALUATION FACTORS: CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992), will be used by the Contracting Officer to assist in determining the best purchase value for the Government: price, past quality performance and other factors considered. Parties responding to this Request for Quotation may submit their quote in accordance with their standard commercial practices (e.g., company letterhead, formal quote form, etc.) but must include the following information: (1) Complete mailing/remittance address; (2) prompt payment discount; (3) anticipated delivery; (4) Taxpayer ID number (TIN) (5) All completed certifications as required herein. All responses must be received by 3:30 PM local time, February 14, 2003. Questions/responses relative to this solicitation may be faxed to (757)396-8503 or mailed to FISC, Norfolk Naval Shipyard Annex, Attn: Tina Barnes, Code 532.2F, Bldg 1500, Second Floor, Portsmouth, VA 23709-5000. Text of clauses may be found at the following websites: FAR www.arnet.gov/far; DFAR www.dtic.mil/dfars. Information relative to CCR may be obtained via 1-888-227-2424 or http://www.ccr.gov.
 
Place of Performance
Address: FISC NORFOLK NAVAL SHIPYARD ANNEX, PORTSMOUTH, VA
Zip Code: 23709-5000
 
Record
SN00315314-W 20030502/030430213846 (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.