Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2006 FBO #1577
SOLICITATION NOTICE

99 -- Survey Monuments and Magnets for BLM Alaska

Notice Date
3/20/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
BLM-AK ALASKA STATE OFFICE* 222 W. 7TH AVE. #13 ANCHORAGE AK 99513
 
ZIP Code
99513
 
Solicitation Number
LAQ062008
 
Response Due
4/7/2006
 
Archive Date
3/20/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Firm, fixed price offers are requested under the Request for Quotes (RFQ) solicitation LAQ062008. This document incorporates provisions and clauses which are in effect through Federal Acquisition Circular FAC 2005-08. This solicitation is set-aside 100 % for small business. The North American Industry Classification System (NAICS) code is 423490 size standard 12 million. The Bureau of Land Management, Alaska State Office has a requirement for: SUB-SURFACE MAGNET SPECIFICATIONS General The sub-surface magnet assembly, also called a magnetic marker, is required by the government surveyor to be deposited and oriented at the base of the hole which has been excavated for the setting of a survey monument post. The sub-surface magnet is a cylindrical ceramic magnet housed within a plastic container. Magnet The magnet shall be 7/8 +/- 1/32 inches diam. and 1 +/- 1/8 inch long. The magnet shall be composed of strontium ferrite (chemically inert and anisotropic) Container The magnet plastic container shall be 1 7/8 to 2 5/8 inches overall length, with 1 to 1 1/8 inches square end caps on a 1 to 1 1/8 in. diam. cylinder. It is preferable that the magnet does not move about within the plastic container. The magnet plastic container shall be composed of polyethylene or equivalent end caps with a polyethylene or cellulose acetate cylinder or equivalent. The magnet plastic container shall have one end cap black in color, and marked "THIS END DOWN", "THIS SIDE DOWN", "BOTTOM", or equivalent nomenclature. The other end cap and cylinder will be white or translucent white. Upon final assembly, the case shall have no holes which would permit the intrusion of water. General The total weight of the magnet and plastic container is approximately 2 ounces. The sub-surface magnet assembly, when deposited in the ground and oriented with the black colored end cap down, shall be detectable with a Schonstedt Instrument Company magnetic locator, model No. GA52C or equivalent at a minimum range of 8 feet below a typical ground surface. Assembly The sub-surface magnet assembly shall be shipped assembled with the magnet contained and properly oriented in the plastic container with both end caps attached. If the plastic end cap(s) are of a friction fit on the plastic cylinder, they shall be of a tight enough friction fit to require a minimum of 2 hands to disassemble the plastic container. The minimum tightness of the friction fit specification is to prevent the accidental disassembly of the sub-surface magnet assembly in shipping, handling, or carrying in a backpack by a surveyor. In the event that a hole exists in the case for an aid for air escape during assembly, it shall be plugged with silicone type material or equivalent upon assembly to prevent later water intrusion into the case. The magnet will be oriented in the plastic container in order that the maximum detectable magnetic range is obtained (on the ground surface from the sub-surface magnet) when the black colored plastic end cap is placed in a downward position when the magnet is assembled in the plastic container and vertically aligned. Shipping The assembled sub-surface magnet assemblies, in their containers and considering their magnetic fields, will be packed vertically in a neat and orderly fashion in horizontal rows columns and vertical columns, with no spaces (not loose), and will be contained in a minimum of a cardboard box container, designed for shipping, not exceeding 2 cubic feet. Each shipping container shall be clearly marked with the number of items per container, and number of containers Compliance with Chapter 49 of the Code of Federal Regulations, Department of Transportation, hazardous material transportation, regarding magnetized material, is the contractor's responsibility. Delivery The magnets shall be delivered to the Bureau of Land Management at 6881 Abbott Loop Rd., Anchorage, Alaska 99507. At least 2000 magnets are required no later than May 1, 2006. The balance (2000) of the magnets are required no later than July 15, 2006. STAINLESS STEEL PIPE WITH BRASS CAP SURVEY MONUMENT SPECIFICATIONS General These specifications are for an assembled UNFLARED stainless steel pipe with brass cap survey monument for permanently marking survey positions on the ground. The monuments are used by the government by shipping them from Anchorage throughout Alaska and then packing by the surveyor to the individual survey points, where the surveyor bends the survey pipe flanges to a ninety degree angle and buries the survey monument at least 3/4 of its length in the ground, in a hole dug by the surveyor. Specifications MONUMENT CAP The monument cap shall be a silicon bronze, bronze alloy, conforming to: A.S.T.M. (Ingot) B-30 (872) or A.S.T.M. (Castings) B-584 (872) and B-271 (872) or the equivalent. The silicon bronze, bronze alloy shall have the following nominal chemical composition: copper 92 silicon 4 zinc 4 Equivalency is based on the durability and corrosion resistant properties of the monument cap in the following environments: acids, bases (alkaline), salts, and dissimilar materials (reduced galvanic reaction). The monument cap dimensions are shown in Drawing Nos. 1 and 2. The monument cap shall have a standard Cadastral Survey inscription conforming to Drawing No. 1. The inscription shall be balanced and centered. All letters and numbers shall be uniformly indented a minimum of 1/32 of an inch (not raised), have clean unbroken uniform lines, and be clear and legible. The cap shall have a socket portion which is specially shaped to force fit over the outside diameter of the pipe's upper end. The cap is held in place on the pipe by a solid stainless steel rivet, as shown in Drawing Nos. 2 and 3 or 4. The surface shall be smooth and have a medium gloss, polish-like finish. The U.S. Government does NOT have a cast for casting the monument cap nor does it have dies for forging the cap. It is the vendors responsibility to manufacture their own cast or die. A sample similar type monument cap showing the quality of inscription, depth of indentation, and degree of polish acceptable under terms of this contract is available for inspection. MONUMENT CAP MAGNET: The monument cap shall have a ceramic magnet permanently attached within the cap socket and retained by mechanical means. For aid in assembly, an adhesive may be used in ADDITION to the mechanical retention. The ceramic magnet shall be capable of remaining in place should there be no adhesive or the adhesive should unbond between the monument cap or the ceramic magnet. Recommended minimum magnet dimensions are as shown in Drawing No. 2. The monument cap magnet shall have a minimum detection range of at least 3.5 feet when using a Schonstedt Instrument Company, model GA-52C metal detector, or an equivalent metal detector. PIPE CAP RIVET: The cap rivet shall be 3/16" x 3" flat or oval head rivet, solid stainless steel, type 304 or equivalent. Equivalency is based on the durability and corrosion resistant properties in the following environments: acids, bases (alkaline), salts, and dissimilar materials (reduced galvanic reaction). MONUMENT PIPE The monument pipe is made from Type 304 or Type 316 stainless steel, Schedule 10 pipe, with a nominal inside diameter of 2 inches and cut 30" long. The actual pipe inside diameter is 2.157 inches (2 5/32 inches). The pipe wall thickness is 0.109 inches (7/64 inches). The actual pipe outside diameter is 2.375 inches (2 3/8 inches). The stainless steel pipe may be either seamless or continuous butt welded. If there is a seam, it must be flush both on the inside and outside of the stainless steel pipe. PIPE BASE The pipe base shall be either cut as shown in Drawing No. 3 or notched as shown in Drawing No. 4. The 4 cuts or 4 notches in each pipe base must be equally spaced. All of the monuments shall be shipped with UNFLARED bases !! ASSEMBLY: The monument cap shall be pressed onto the top of the pipe with a firm fit and shall bottom inside the cap. The cap and pipe shall be drilled, fitted, and set with a rivet. A matched through hole shall be drilled for the rivet using a guided "V" block, or equivalent, to assure the hole is drilled on the pipe center line. Sufficient edge material must be allowed to prevent the rivet hole from cracking out when the rivet is set. The rivet must be installed and finished with at least 5/16 inches diameter material on each end of the rivet after it is set (battered). The final set (battered) rivet must be tight against the brass cap with no visible movement. If requested, the awardee shall be sent, at the expense of the government, a sample of a similar type survey monument. The sample similar type survey monument shall be returned, at the expense of the contractor, at the time the first article is submitted or the first shipment of monuments is shipped. FINISH The finished monuments must be free of grease and mechanical oil on the exterior surfaces. Unflared monuments shall have no sharp burrs, capable of cutting an ungloved hand, on the exposed portions on the exterior of the monument. PACKAGING The monuments shall arrive at their delivery location orderly and neatly packaged onto standard shipping pallets using industry standard packaging and shipping procedures. Each individual container or skid, along with the survey monuments, shall not exceed 4 feet in length, width, or height. The quantity shall be marked on all packages and pallets. DELIVERY The monuments shall be delivered to the Bureau of Land Management at 6881 Abbott Loop Rd., Anchorage, Alaska 99507. At least 2000 monuments are required no later than May 1, 2006. The balance (2000) of the survey monuments are required no later than July 15, 2006. These items shall be delivered to the Bureau of Land Management, 6881 Abbott Loop Road, Anchorage, Alaska 99507. "FOB Destination" means that all costs for transportation or freight from the shipping point shall be paid by the Contractor and included in the unit price quoted for each item. The following provisions and clauses apply to this procurement FAR 52.212-01 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS; FAR 52.212-03 OFFEROR REPRESENTATIONS AND CERTIFICATIONS; FAR 52.212-04 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS; FAR 52.212-05 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS-COMMERCIAL ITEMS (para (b) following clauses apply; Far 52.204-6 DATA UNIVERSIAL NUMBERING SYSTEM (DUNS) NUMBER; FAR 52.204-07 CENTRAL CONTRACTOR REGISTRATION; FAR 52.211-05 MATERIAL REQUIREMENT; FAR 52.219-06 NITUCE IF TITAK SNAKK BYSUBESS SET-ASIDE; FAR 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES; FAR 52.222-21 PROHIBITATION OF SEGREGATED FACILITIES; FAR 52.222-26 EQUAL OPPORTUNITY; FAR 52.222-35 EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA AND OTHER ELIGIBLE VETERANS; FAR 52.223-06 DRUG FREE WORKPLACE; FAR 52.225-03 BUY AMERICAN ACT-FREE TRADE AGREEMENT; FAR 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION. The full text of the provision and clauses may be accessed electronically at http://wwwarnet.gov/far or upon request from the contracting officer. Quotes must be submitted in writing on a SF1449 or on company letterhead and must include the RFQ number, the company name, point of contact, address, phone number, fax number, the delivery period in terms of the number of weeks or days, the unit price, the extended price, and any prompt payment discount terms along with a completed copy of the FAR 52.212-03 Offeror Representation and Certification. Quotes shall be received by April 07, 2006 7:0059 EST to the Bureau of Land Management, Alaska State Office, 222 W 7th Ave. #13, Anchorage, AK 99513 or by Fax (907) 271-4595. All responsible offerors may submit a quotation that if timely received, shall be considered for award. Contractors are required to register or update their registration at the Central contractor Registration website www.ccr.gov. The registration is required to receive contract award and will facilitate payment. IF you need assistance with the IDEASEC website contact the helpdesk at 703-390-6633 FAR 52.212-02 Evaluation-commercial Items is applicable and the following shall be included in paragraph (a) of this provision. Quotes will be evaluated on past performance and price, listed in descending order of importance. Past performance will be based on the Contracting Officer's knowledge, contractor providing references and other reasonable sources for the best value to the government. Offerors shall include a completed copy of the provisions at 52.212-03 Offerors Representations and Certification-Commercial Items, with its offeror. For additional information contract Terese Bertini, Contracting Officer at 907-271-4542 or email mbertini@ak.blm.gov
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=LM142201&objId=1065868)
 
Record
SN01010188-W 20060322/060320213055 (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  © 1994-2020, Loren Data Corp.