Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2004 FBO #1090
SOLICITATION NOTICE

53 -- GRIT, ABRASIVE, GARNET 80, HONING GRADE, INORGANIC, NATURAL MINERALS ONLY

Notice Date
11/18/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060405T0096
 
Response Due
11/29/2004
 
Archive Date
11/30/2004
 
Description
The Regional Contracting Department, Fleet and Industrial Supply Center (FISC), Pearl Harbor, Hawaii intends on awarding a single, firm-fixed price contract for the acquisition of the following noted line items. This procurement is 100% set-aside for small business concerns. NAICS Code 327910, 500 employees applies. The FSC Code is 5350. Award will be conducted under the provisions of FAR Part 12 ? Commercial Item and FAR 13.5 ? Simplified Acquisition Procedures. Please annotate Solicitation No. N00604-05-T-0096. You are required to submit a completed FAR 52.212-3 Representations and Certifications ? Commercial Items with your quote. This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement and attachment. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICIT! ATION will not be issued. All prospective quoters are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. This synopsis/solicitation is being issued as a Request For Quotations (RFQ), for a Firm Fixed Price type contract incorporating provisions and clauses in effect through Federal Acquisitions Circular 2001-25 and DFARS Change Notice 20041101. The Regional Contracting Department, Pearl Harbor, Hawaii intends to award a single, firm fixed price contract for: ITEM 0001: Grit, Abrasive, Garnet 80, Honing Grade, Inorganic, Natural minerals only, MIL-A-22262B (SH) dated 5Apr93 & Amd 2, 21Mar96, QPL-22262-27 21Sep04 ORD DATA: A) ABRASIVE BLASTING MEDIA; SHIP HULL BLAST CLEANING MIL-A-22262B 5APR93 W/AMD-2 21MAR96, B) LATEST IN EFFECT AT TIME OF AWARD, C) SIEVE RQRMNTS - SIEVE ANALYSIS % PASSING BY WEIGHT. #30 - 100%, #50 MIN 80%, MAX 100%; #100 MIN 0% MAX 20%, #140 MIN 0% MAX 5%; #270 0% MAX 1%, D) AS SPEC, E) REQD BY WEIGHT, F) SACKS (SEE EXCEPTION TO SPEC), G) SEE EXCEPTIONS TO SPECS, H) 2-TON SACK(if required) (SEE EXCEPTIONS TO SPEC), I) AS SPEC IN PARA 5.5 & 5.5.1; QPL-22262-27 APPLIES; MSDS PER FED-STD-313D; THE MSDS SHALL BE PREPARED FOR THE ABRASIVE USING OCCUPATIONAL SAFETY AND HEALTH 29 CFR, CH XVII, SECTION 1910.1200. OSHA 29 CFR CH XVII, SECTION 1910.1200 REQUIRES REPORTING THRESHOLD CRITERIA FOR KNOWN OR SUSPECTED HUMAN CARCINOGENS OF MSDS 0.1 PERCENT OR GREATER. PREPARATION FOR DELIVERY THE ABRASIVE BLASTING MEDIA SHALL BE SHIPPED IN BULK COMMODITY SHIPPING BAG CONSTRUCTED OF WOVEN POLYPROPYLENE; DENIER NOT LESS THAN 1400 IN WARP & 1200 IN WEFT; COUNT NOT LESS THAN 1! 6 X 14 YARDS PER INCH; WITH DOUBLE STRENGTH SIDEWALLS;SINGLE PLY TOP AND BOTTOM. POLYPROPYLENE TO BE TREATED FOR ULTRAVIOLET LIGHT PROTECTION TO RETAIN 75% STRENGTH AFTER 1200 HOURS IN WEATHEROMETER. MATL MUST HAVE A BURSTING TEST OF NOT LESS THAN 450 LBS 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" 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 LBS. TOP CLOSURE IS EFFECTED BY A NYLON TENSION FASTENER OR PLASTIC COATED WIRE TIE. BOTTOM DISCHARGE CONSISTS OF A 10" DIA CONCENTRIC SPOUT; 20" LG, CLOSED W/NYLON TENSION FASTENER OR PLASTIC COATED WIRE TIE. 3.5 ML POLYESTER LINER TO BE INSERTED & TIED OFF THROUGH BOTTOM OF DISCHARGE SPOUT TO ACT AS A MOISTURE BARRIER. DISCHARG! E SPOUT WHEN TUCKED IN IS COVERED BY A FLAP FABRICATED OF WOVEN POLYPROPYLENE; WHICH IS THEN SECURED WITH A 1/8" BRAIDED POLYPROPYLENE DRAW STRING. NET WEIGHT OF LOAD MUST NOT EXCEED 4000 LBS. BAGS SHALL BE PALLETIZED IAW MIL-STD-147C; NO STRAPPING REQD. ADDITIONAL MARKING REQUIREMENTS: EACH SACK SHALL BE MARKED WITH THE FOLLOWING INFO: 1) SHOP STORES 2) CONTRACT NR. 3) DOCUMENT NR.4) STOCK NUMBER "5350-LL-L01-5311" VENDOR TO INSERT A PIECE OF FIBREBOARD OR PLYWOOD BETWEEN THE BAG AND PALLET TO PREVENT THE BAG FROM SAGGING AND BEING PUNCTURED BY THE FORKLIFT. QTY: 40 NET TON (2,000 LB). Quotes shall be FOB destination, Pearl Harbor, Hawaii 96860. If delivery dates cannot be met, please state best delivery time on quote. All qualified responsible sources may submit a quotation, which shall be considered by the agency. Contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense Contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. The following clauses are applicable by reference: FAR 52.212-1, Instructions to Offerors?Commercial Items; FAR 52.212-4 Contract Terms and Conditions?Commercial Items; FAR 52.215-5 Facsimile Proposals; DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A; DFARS 252.225-7000, Buy American Act?Balance of Payments Program Certificate. The following clauses are incorporated by full text: FAR 52.212-2, Evaluation Commercial Items, the following factors shall be used to evaluate offers: (1) Technically acceptable, (2) Price. Award will be made to the low cost, technically acceptable responsible offeror. FAR 52.212-3 Offeror Representations and Certifications?Commercial Items. The FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, includes the following clauses incorporated by reference: FAR 52.222-19 Child Labor?Coo! peration with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam Era, and other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities. (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items, includes the following clause incorporated by reference: DFARS 252.225-7001 Buy American Act and Balance of Payment Program (41 U.S.C.10a-10d, E.O. 10582). FAR 52.209-1 Qualification Requirements. FAR 52.223-3 Hazardous Material Ide! ntification and Material Safety Data, DFARS 252-223-7001 Hazard Warning Labels. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.osd.mil/dp/dars/dfars.html. Other applicable clauses are included in full text in the accompanying electronic attachment to this SYNOPSIS/SOLICITATION. These includes Local Clauses C7F762 Hazardous Material, C7F764 Shelf Life, G3 Representative of the Contractor, L331 Review of Agency Protest. All prospective quoters interested in submitting a proposal for this solicitation shall include their name, address, telephone number and point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) code. Quotations are due 12:00 p.m., Hawaii Standard Time, on Nov 29, 2004. PROPOSALS SHOULD SUPPLY AN EMAIL ADDRESS OF THE QUOTER IF ONE IS AVAILABLE. The quoter is encouraged to use the Standard Form 1449, ?Solicitation/Contract Order for Commercial Items.? The form can be found at: http://web1.deskbook.osd.mil/htmlfiles/forms/DBY_Forms_Standard_Forms_(SF).asp. THE COMPLETED FAR CLAUSE 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS, FAR CLAUSE 52.209-1 QUALIFICATION REQUIREMENTS MUST ACCOMPANY YOUR QUOTE. Facsimile quotes will be accepted at (808) 474-5223; may be mailed to Regional Contracting Department, Fleet and Industrial Supply Center, Code 202.FM Attn: Francine Matsuura, 667 Safeguard St., Ste 100, RCD Shipyard Support DET, Pearl Harbor, HI 96860-5033; or e-mailed to francine.matsuura@navy.mil
 
Record
SN00710408-W 20041120/041118212358 (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.