Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2005 FBO #1220
SOLICITATION NOTICE

20 -- Marine Fenders

Notice Date
3/28/2005
 
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
N0060405T0362
 
Response Due
4/11/2005
 
Archive Date
5/11/2005
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00604-05-T-0362. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-26 and DFARS Change Notice 20041215. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://www.arnet.gov/far/ and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 326299 and the Small Business Standard is 500 employees. This is a total small business set-aside action. Th! e FISC Pearl Harbor requests responses from qualified sources capable of providing: CLIN 0001 Marine Fender, fenders may be foam filled or pneumatic. Floating pneumatic rubber fenders must comply with ISO 17357-2002 (clauses 8.2-8.6 and 9.2-9.5 of ISO 17357-2002 apply). Provide test records to confirm that the product submitted complies to this standard. Fenders must be complete with fender mounting chains, shackles and swivels. The intent of this fender is that it will be mounted to the wharf and pier at Pearl Harbor. The resilient, foam filled marine fender shall be designed so that when compressed across its diameter by two flat plates extending the full length and width of the fender, the fender shall absorb 1,250,000 foot-pounds of energy +-15 percent when 60 percent compressed with a corresponding load of not more than 460,000 pounds +-15 percent. The fender shall withstand a sustained reaction force of 400,000 pounds for duration of not less than 24 hours each occur! rence for at least 200 occurrences during a 10-year life. The skin of the fender shall have a smooth surface free of cracks, burrs, warpage, checks, chipped or blistered surfaces. The steel used in the fabrication shall be free from kinks, sharp bends and other conditions, which would be detrimental to the finished product. The foam core shall be homogenous and of one-piece fabricated construction. The fender size is 10 feet x 18 feet with a diameter of 120 inches. The end shackle will be 2 inches and the length eye to eye will be 126 inches. Skin thickness is 1.5 inches, fender safe working load will be 31.7 tons. Energy absorption FT-KIPS at or before 60 percent compression will be 31.7. The reaction force KIPS at predicted energy attainment will be 1258. The internal chain will be 1.75 inches and the external chain will be 15 feet on each side of the fender for a total of 30 feet. A warranty of 10 years or more is required. A certification from the vendor is required that! states all fenders meet the above criteria. A total of 16 each must be delivered before September 30, 2005. Delivery is FOB destination to Tracy, California, W62N2A, Defense Distribution Depot San Joaquin, CCP WHSE 30, South Chrisman Road, Tracy, CA 95376-5000. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following publications are applicable to this requirement: ASTM A 123, 1989, Rev A; ASTM A 153 and A 153 M dated 1995; ASTM D 412 dated 1997; ASTM D 470 dated 1993; ASTM D 1052 dated 1985 R 1994; ASTM D 1630 dated 1994; ASTM D 1667 dated 1976 R 1990; ASTM D 2240 dated 1997; ASTM D 3575; and AWS D1.1 D1.1M. Submit the following reports in accordance with Section 01330, Submittal Procedures: SD-03 Product Data ? Include dimensions, material specifications, and method of manufacture. SD-05 Design Data ? Submit calculations, including compu! ter analysis and other design data. SD-06 Test Reports ? Fender compression test; Fender cyclic-compression test; Fender sustained-load test; Fender pull-through test; Elastomeric skin thickness test. Submit copies of reports of tests specified herein. The tests shall have been performed within three years of submittal of the reports for approval. Also, submit reports for tests specified in referenced documents, which are applicable to the particular material furnished for use. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items - Addendum to FAR 52.212-1, paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public; Express Warranties shall be included in the contract; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms ! and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including (b) 1, 5, 9, 14, 15, 16, 17, 18, 19, 20, 30, 34. Quoters shall include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.203-3, 252.205-7000, 252.225-7000, 252.225-7001, 252.225-7012, 252.243-7002. Review of Agency Protest (FISCPH) (APR 2000) (a) The contracting activity, Fleet and Industrial Supply Center, Pearl Harbor (FISCPH), will process agency protest in accordance with the requirements set forth in FAR 33.103 (d) (4), agency protests may b! e filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Director, Regional Contracting Department (Code 200), Fleet and Industrial Supply Center, Pearl Harbor, at 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e, the Contracting Officer or Reviewing Official. (d) The decision of the Contracting Officer will not extend the timeliness requirements of GAO. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. This announcement will close on 17:00 HST on 11 April 2005. Contact Eliza Lee, (808) 473-7546 (phone), (808) 473-3524 (fax) or email eliza.lee@navy.mil. All responsible sources may submit a quote, which shall be considered by the agency. Proposals must includ! e a completed Representations and Certifications (FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items. Please complete your Representations and Certifications at the following website: http://orca.bpn.gov. Any questions will be submitted in writing no later than 4 April 2005 by 17:00 HST. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable low bids. Addenda to FAR 52.212-1is DFARS 252.204-7004 entitled "Required Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/.
 
Record
SN00777271-W 20050330/050328212116 (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.