SOLICITATION NOTICE
20 -- Tail Shaft Liners for Dredge Wheeler
- Notice Date
- 11/19/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
- ZIP Code
- 70160-0267
- Solicitation Number
- W912P8-04-T-0008
- Response Due
- 12/10/2003
- Archive Date
- 2/8/2004
- Point of Contact
- Gerald Sanderson, 504-862-1099
- E-Mail Address
-
Email your questions to US Army Engineer District, New Orleans
(gerald.r.sanderson@mvn02.usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are b eing requested and a written solicitation will not be issued. Solicitation number W912P8-04-T-0008 is issued as a Request for Quotation (RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-17. This solicitation is set-aside for Small Business. NAICS code 332510 applies and the small business size standard is 500 Employees. Line Item Number(s) Description Qty Unit Price 0001 Furnish necessary Labor, Parts, 1 Ea $___________ Equipment, Transportation and Services to supply a Tailshaft Liner # 1, Dwg 940408-3,4,5, Part No. D-21965-1 for use on the Dredge Wheeler. 0002 Furnish necessary Labor, Parts, 1 Ea $___________ Equipment, Transportation and Services to supply a Tailshaft Liner # 2, Dwg 940408-3,4,5, Part No. D-21965-2 for use on the Dredge Wheeler. 0003 Furnish necessary Labor, Parts, 1 Ea $___________ Equipment, Transportation and Services to supply a Tailshaft Liner # 2, Dwg 940408-3,4,5, Part No. D-21965-3 for use on the Dredge Wheeler. TOTAL OFFER (Sum all 3 Line Items) $_______________ - Delivery date is 14 Jan 2004. FOB Destination. Delivery point is GSA Warehouse, 400 Edwards Ave., Bay B-1, Harahan, LA 70123, Mon-Fri 7:30 ?? 3:30. - The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. - All offeror??s are to complete the provision 52.212-3 and return with their quote. - The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (a statement regarding any addenda to the clause). - The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, The following clauses are checked as applicable to this solicitation: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225.13, and 52.232-33. - The following clauses apply as an addendum to the commercial item clauses above: 52.212-5 (Deviation) 52.246-1 Contractor Inspection Requirements 52.247-25 Government Furnish Equipment With or Without Operators 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 252.204-7004 Required Contractor Registration 252.212-7001 Contract Terms and Conditions required to implement statues or Executive Orders 252.225-7002 Qualifying Countries as Subcontractors 252.225-7035 Buy American Act- Balance of Payments Certificate 252.225-7036 Buy American Act- Balance of Payments Program - numbered Note 1 Applies to this acquisition. - All quotes are due in the USACE, New Orleans District Procurement Branch Office by 10 Dec 2003 at 10:00 a.m. Quotes may be faxed to 504-862-2892. - Contact Gerald Sanderson at 504-862-1099 or email Gerald.r.sanderson@mvn02.usace.army.mil for information regarding this solicitation. - Specifications/Work Statement 1. REQUIREMENTS. The Contractor shall furnish all labor, materials, services, equipment, facilities, etc., to fabricate, machine, spray, heat-treat, test, inspect, pack, mark, and deliver the items listed in CLINS 0001, 0002 and 0003 in accordance with these specifications and the following drawings: DRAWING NUMBER DESCRIPTION 940408 ?? 3, 4, 5 Tailshaft Liners - 1, 2 & 3 Drawings are available electronically in Microstation (Integraph Corp.) format only. Vendors unable to receive electronic copies will be mailed paper copies of the drawings. 2. MATERIAL. Material for each item shall be furnished as shown on the above referenced drawings unless otherwise stated in these specifications, and shall be of the chemical composition and possess the physical properties in accordance with the material specifications listed on the drawings or the following paragraphs. Exception: Tailshaft Liner #1 (Referenced Dwg. 940408-3, 4, 5) shall be ASTM A743, grade CF-3M without the Ni Cr Bo coating. All sleeves (with the exception of tailshaft liner #1) shall be turned down on the O.D. to give a clean concentric mating surface. The outer surface of each sleeve shall be sprayed with a Ni Cr Bo (Nickel Chrome Boron) powder coating and fused into the ba se metal at minimum temperature of 1925 degrees Fahrenheit. The Ni Cr Bo coating shall completely encapsulate the outer bearing surface of each liner. After fusing, allow the sleeve to cool to approximately 500 degrees. The O.D. of the sleeve is then re ady to be machined ground to a 6-8 RMS finish. In addition, the sleeves must have a finished coating thickness of .060?? to .070?? per side. See referenced drawing for final O.D. dimensions. If Contractor??s procedure differs from the aforementioned, submit a written procedure to the Contracting Officer for approval prior to beginning work. The powder used shall possess the following chemical and physical properties: % Composition ?? min/max Cr Ni Fe C Si Co B 13.0 Bal. 3.0 0.6 3.0 1.0 2.75 20.0 5.0 1.3 5.0 max. 4.75 Physical Properties (sprayed properties) Bond Strength: 5500 psi (min.) Hardness: 50 HRC (min.) Porosity: 10% (max.) 3. DIMENSIONS. All finished/post heat treated dimensions shall be in strict accordance with the drawing provided. INSPECTION POINT. In the presence of the Government Inspector or Defense Contract Management Command (DCMC ?? if the Contractor is not local) Inspector, th e Contractor shall provide micrometer readings on the O.D. of the finished liners at 1/5 increments along the length of each sleeve. Dial indicate the O.D. of each finished liner at 1/5 increments along the length of each sleeve, and if applicable, when t here is a transition to a different diameter. The Contractor shall make report all measurements in typewritten form and submit along with the information requested in the following paragraph. 4. TEST REPORTS. The Contractor shall furnish certified analysis of chemical and physical properties of the materials for all items furnished under this contract. Each test report shall be identified by Government Contract Number. 5. DELIVERY. The Contractor shall deliver the supplies to the Government Services Administration Warehouse located at 400 Edwards Ave., Harahan, LA 70123. The Government will provide hoisting arrangement at the warehouse. The supplies shall be packed in protective cr ates with proper identification. Refer to Section D for packaging details. 6. Packing. The surface of each liner shall be coated completely around the circumference with cosmoline, or other suitable protective coating, and placed into individual wooden crates. All items shall be packed and crated in a manner in which will insur e arrival at destination in a satisfactory condition and will be acceptable to the carrier at lowest rate. Packing shall comply with Freight Classification Rules or other carrier regulations as applicable to the mode of transportation. Surfaces requiring protection against abrasion shall be suitably protected. 7. Marking. 7.1 All parts shall be clearly and permanently identified with part number and applicability. 7.2 All crates shall be clearly marked with stencil letter - 1/2 inch high characters, minimum - using permanent ink or paint in at least two locations with the following information completed: (1) Item Name __________________________ (2) Contract No. _________________________ (3) Dredge WHEELER. (4) Shipping Weigh t ______________________
- Place of Performance
- Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
- Zip Code: 70160-0267
- Country: US
- Zip Code: 70160-0267
- Record
- SN00472785-W 20031121/031119212344 (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 |