Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2006 FBO #1543
SOLICITATION NOTICE

95 -- Steel pipe

Notice Date
2/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
331221 — Rolled Steel Shape Manufacturing
 
Contracting Office
Pittsburgh District Contracting Division, 1000 Liberty Avenue, W.S. Moorhead Federal Building, Room 727, Pittsburgh, PA 15222
 
ZIP Code
15222
 
Solicitation Number
W911WN-06-R-0009
 
Response Due
2/28/2006
 
Archive Date
4/29/2006
 
Small Business Set-Aside
N/A
 
Description
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 being requested and a written solicitation will not be issued. The RFP document and contract incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-07, Effective 03 Jan 2006 and FAC 2005-08, Effective 05 Jan 2006 & Class Deviation 2005-0001. This is an unrestricted requirement for Steel Pipe: 13 ea, ASTM A 252, Grade 3, 36-inch diameter, minimum 1-in. wall thickness, 55 ft. 4-1/2 in. long; paint as specified below. 1.1 REFERENCES: The following publications form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. [ASTM INTERNATIONAL (ASTM)] ASTM A252, and ASTM A 6/A 6M, (2004b) Genera l Requirements for Rolled Structural Steel Bars, Plates, Shapes, and Pipe. 1.2 SUBMITTALS: Certified materials tests reports with the materials. Reports showing that steel pipe meet the specified requirements shall be submitted for each shipment. Material test reports shall meet the requirements of ASTM A 6/A 6M. 1.3 DELIVERY, STORAGE AND HANDLING: Materials shall be delivered to the Corps maintenance facility at 3508 Grand Avenue, Pittsburgh, PA 15225-1510. The point of contact is James Fisher, 412-395 -7601. Material may be delivered via truck or barge; either delivery method shall be coordinated with James Fisher and stated with a response to this solicitation. The materials shall be new and undamaged and shall be accompanied by certified test report s. The manufacturer's logo and mill identification mark shall be provided on the steel pipe as required by the referenced specifications. Material shall be stored and handled in the manner recommended by the manufacturer to prevent permanent deflection, di stortion or damage; as a minimum, supported on level blocks or racks spaced not more than 10 feet apart and not more than 2 feet from the ends. Storage of material should also facilitate required inspection activities and prevent damage to coatings and cor rosion prior to installation. 1.4 QUALITY ASSURANCE: For each shipment, submit certificates identified with specific lots. Identification data should include shape designation, dimensions, chemical composition, mechanical properties, section properties, h eat number, and mill identification mark. PART 2 PRODUCTS, 2.1 Steel pipe conforming to ASTM A 252, Grade 3 (Fy=45 ksi). Nominal diameter shall be 36 in. with a minimum wall thickness of 1 in. Paint preparation and coating shall be as follows (coatings not required inside pipe sections): Commercial Blast followed by 10 mills DEVOE Bar Rust 236 or equal. Paint coatings shall not be applied within 12 in. of each end of pipe sections. 2.1.2 General Requirements: All materials shall be full-length section s of the dimensions specified. 2.2.1 Materials Tests: Materials tests shall conform to the following requirements. All materials shall be tested and certified by the manufacturer to meet the specified chemical, mechanical and section property requirement s prior to delivery to the site. Testing of materials for mechanical properties shall be performed after the completion of all rolling and forming operations. The offeror shall provide (1) evidence of its ability to meet the requirement, e.g., literature, drawings, catalog cuts, etc.; (2) past performance information, i.e., recent and relevant contracts for the same or similar items and other references (includi ng contract numbers, points of contact with telephone numbers and other relevant information); and (3) a proposed delivery schedule with their quote. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acce ptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after i ts receipt, unless a written notice of withdrawal is received before award. Offeror shall include completed copies of the provisions at 52.212-3, Alt I, and 252.212-7000, Offerors Representations and Certifications-Commercial Items, with its quote. Offers are due to U.S. Army Engineer District, Pittsburgh, Contracting Branch, W. S. Moorhead Federal Building, 1000 Liberty Avenue,21st Floor, Pittsburgh, PA 15222-4186, or by fax 412-644-5109, no later than 11:00 a.m. EDST on 28 February 2006. Clauses applicable to this acquisition are as follows. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil. 52.203-3, Gratuities (APR 1984); 52.203-11, Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions, SEP 2005; 52.212-1, Instructions to OfferorsCommercial Items, JA N 2005; 52.212-2, Evaluation -- Commercial Items (Jan 1999) [see fill-in below]; 52.212-4, Contract Terms and ConditionsCommercial Items (SEP 2005); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Item s (SEP 2005); 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Conflict Labor (June 2003); 52.222-19, Child LaborCooperation with Authorities and Remedies (Jun 2004); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equa l Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003); 52.242-13, Bankruptcy, JUL 1995; 52.242-15, Stop-Work Order, AU G 1989; 52.247-34, F.O.B. Destination, NOV 1991; 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A NOV 2003; 52.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country, SEP 2004; 252.204-7006, Billing Instructions (OCT 2005); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2005); 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country , MAR 1998; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2005); 252.225-7000, Buy American ActBalance o f Payments Program Certificate (JUN 2005); 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005); 252.225-7002, Qualifying Country Sources As Subcontractors, APR 2003; 252,225-7012, Preference for Certain Domestic Commodities (JUN 2004) ; 252.225-7031, Secondary Arab Boycott Of Israel, JUN 2005; 252.243-7002, Requests for Equitable Adjustment (MAR 1998); 252.247-7023, Transportation of Supplies by Sea (May 2002). [Fill-in for 52.212-2:] The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; and (iii) past performance (see FAR 15.304) Technical and past performance, when combined, are equal to price.
 
Place of Performance
Address: Pittsburgh District Contracting Division 1000 Liberty Avenue, W.S. Moorhead Federal Building, Room 727 Pittsburgh PA
Zip Code: 15222
Country: US
 
Record
SN00988010-W 20060216/060214212557 (fbodaily.com)
 
Source
FedBizOpps 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.