Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2009 FBO #2697
SOLICITATION NOTICE

95 -- Carbon Steel Pre-Formed Helical Friction-Grip Splices for 3/8 inch Diameter Steel Wire Strand

Notice Date
4/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331222 — Steel Wire Drawing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Corps of Engineers, Vicksburg District, US Army Corps of Engineers, Vicksburg District, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE09T0013
 
Response Due
4/20/2009
 
Archive Date
6/19/2009
 
Point of Contact
Robin Green, 601-631-7266<br />
 
Small Business Set-Aside
Total Small Business
 
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. COMBINED SYNOPSIS/SOLICITATION FOR W912EE-09-T-0013, Carbon Steel Pre-Formed Helical Friction-Grip Splices for 3/8 Diameter Steel Wire Strand. This announcement constitutes the only solicitation. Solicitation Number W912EE-06-T-0013 is being issued as a Request For Quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-29. THIS PROCUREMENT IS 100% SMALL BUSINESS SET-ASIDE AND ISSUED UNDER NAICS CODE 331222 (SIC 3315) WITH A SIZE STANDARD OF 1000 EMPLOYEES FOR A FIRM FIXED PRICE CONTRACT. This procurement may be quoted as follows: Line Item 000l Supplies/Services: Contractor shall furnish approximately 4,000 pre-formed helical friction-grip splices in accordance with the below specifications. Quantity: 1, Unit: Lump Sum, Unit Price: $ _________; Total amount of Line Item 0001 $ ____________. The US Army Corps of Engineers, Vicksburg District, Mat Sinking Unit has a requirement approximately 4,000 pre-formed helical friction-grip splices. SPECIFICATIONS: 1. SUPPLIES TO BE FURNISHED. The supplies to be furnished consist of approximately 4,000 preformed helical friction-grip splices in accordance with these specifications. 2. GENERAL. The intent of these specifications is to procure splices for 3/8 diameter 7-wire steel strand that is used in the assembly and placement of articulated concrete revetment on riverbanks. 3. MATERIALS. Materials for use in the manufacture of the splices shall be bright high carbon steel wire (music spring quality wire). ASTM A228/A228M-90. Splice Wire size:.100 dia. -.104 dia. Tensile strength: 270,000 psi. 299,000 psi. Minimum breaking strength: 2,100 pounds. 4. PHYSICAL REQUIREMENTS: Each splice shall consist of a total of twelve (12) helical shaped wires that shall be provided in 3 subsets of 4 wires each. The four wires in each subset shall be formed and glued together with a heavy duty metal bonding adhesive. The interior surfaces of the subsets shall be 60 in length and shall develop a minimum holding strength of 20,000 pounds. Left hand lay pitch direction is required. 5. PACKAGING AND MARKING. The three subsets that make up a splice shall be bound together to provide a complete unit for packaging and shipping. The splices shall be packed in cartons with the manufacturers standard packing method. Each carton shall be marked with a label that shall provide the name of the contractor, the contract number, date of contract, name of commodity, and the number of splices in the carton. 6. DELIVERY, INSPECTION AND ACCEPTANCE: Delivery shall be made FOB destination to the Vicksburg District, Mat Sinking Unit, 2577 Haining Road, Vicksburg, MS 39180 within 120 days after contract award. Inspection and acceptance will be made by the Government at destination. Award shall be made to the responsive and responsible offeror whose quote is determined to offer the lowest price to the Government of those offerors who are deemed to offer technically acceptable. The Clause 52.212-2, EvaluationCommercial Items applies to this acquisition. Offeror shall submit with his/her quotation sufficient technical literature, brochures, etc. to enable the Government to determine technically acceptable capability. FAR Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with this offer. Offeror is to provide DUNS number and CAGE code number with offer. Evaluation of Offers: 1. Lowest Price - Lowest price means the lowest total price. 2. Technically Acceptable- Technically acceptable means the ability to fulfill required specifications as outlined for this solicitation. Offeror must provide evidence of past performance information to include at a minimum of 3 and not more than 6 past performance information contact names with addresses, phone numbers contract number, if applicable, as well as the supplies provided. The Clause 52.212-4, Contract Terms and Conditions, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Applicable clauses under 52.212-5 include: 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003(15 U.S.C.644);52.219-28, Post Award Small Business Program Rerepresentation (JUNE 2007(15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (JUNE 2003 (E.O. 11755);52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999);52.222-26, Equal Opportunity (APR 2002) (E.O. 11246);52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (EC 2001) (38 U.S.C. 4212);52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793); 52.222.50, Combating Trafficking in Persons (AUG 2007); 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (OCT 2003); 52.222-41, Service Contract Act of 1965, as Amended (JUNE 2005) (41 U.S.C. 351 et seq.) The full text of a FAR clause may be assessed electronically at http://farsite.hill.af.mil/VFFAR1.HTM. DFARS Clause 252.212-7001, Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisition of commercial item (JAN 2009) applies to this acquisition. Applicable clause under 252.212-001 include: 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008). 252.204-7004, Alt. A, Central Contractor Registration (Sep 2007). The full text of a DFARS clause may be assessed electronically at http://farsite.hill.af.mil/Vfdfar1.htm. If you are not registered in the Central Contractor Registration (CCR) database, an award CANNOT be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process. Quotes are due 20 April 2009 not later than 1600 HRS (CST) at the USACE VICKSBURG DISTRICT CONTRACTING OFFICE, ROOM 144, 4155 EAST CLAY STREET, VICKSBURG, MS 39183, ATTN: ROBIN L. GREEN or email to robin.l.green@usace.army.mil. Quotes sent to other facilities other than the Vicksburg Contracting Office may not be accepted. Facsimile offers shall not be accepted. For information concerning this solicitation contact Robin L. Green at 601-631-7266 or email at robin.l.green@usace.army.mil. Offerors should check the FedBizOpps Web Page often for new solicitations and/or changes (AMENDMENTS) to existing ones. All technical inquiries and questions related to W912EE-09-T-0013 are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid inquiry items, bidders will need to a current registered user or self-register into the system. To self register, go to the web page, click on BID tab, then select Bidder Inquiry, select agency: USACE, enter Bidder Inquiry Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that the information on the next screen is correct and click continue. From this page you may view all bidder inquiries or add inquiries. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-09-T-0013 The Bidder Inquiry Key is: 262SQS-31OL64 Bidders are encouraged to submit questions at least three (3) days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. For help with the ProjNet System; call 1-800-428-HELP. The call center operates weekdays from 0800 to 1700 hrs CST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2439894d4d9e267ac99ff5514195d5e7&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Vicksburg District ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS<br />
Zip Code: 39183-3435<br />
 
Record
SN01791536-W 20090415/090413220239-2439894d4d9e267ac99ff5514195d5e7 (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.