Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2009 FBO #2698
SOLICITATION NOTICE

20 -- TRASH RACK AND JET NOZZLES

Notice Date
4/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Memphis, US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ09Q0019
 
Response Due
4/20/2009
 
Archive Date
6/19/2009
 
Point of Contact
Jackie Primer, 1-901-544-3340<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.. The solicitation number is W912EQ-09-Q-0019 and is being issued as a Request for Quote (RFQ). This is a 100% Small Business Set-Aside. The associated NAICS code is 326220 with 500 employees. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation to include all charges. STATEMENT OF WORK 1.1 SCOPE The work covered under these specifications consists of providing all materials, labor, plant, equipment, and delivering thirty-eight (38) trash rack and jet hose nozzle assembly complete. The castings for the trash rack and jet assembly shall be finished chrome nickel steel castings and shall be in accordance with pattern # 3472, drawing # SK-1094 (see attachment). 1.1.1 CONDITIONS OF OPERATION The intended use of these supplies is to replace worn parts used on Mississippi River Channel dredges. The use these supplies will require them to be of an abrasion-resistant material, as specified, and suitable for use in pumping sand, gravel, and silt from the Mississippi River. 1.2 QUALITY CONTROL The Contractor shall establish and maintain quality control for the work specifies in this section to assure compliance with requirements and maintain records of his quality control for all construction operations including, but not limited to the following: (1) Inspection on delivery of all supplies and materials. (2) Inspection at the work site to assure use of specified materials and equipment. (3) Casting, fabrication, welding, installation, and testing of the pump impellers and its accessories. 1.3APPLICABLE PUBLICATIONS The publications listed below form a part of this specification to the extent referenced. The publications are referred in the text by basic designation only. (1) AMERICAN SOCIETY FOR TESTING AND MATERIAL (ASTM) ASTM A 352/A 352M-90 Steel Casting, Ferritic, and Mortensitic, for pressure Containing Parts, Suitable for Low Temperature Service (2) MANUFACTURERS STANDARDIZATION SOCIETY OF VALVE AND FITTING INDUSTRY (MSS) STANDARD SP-53 Quality Standard for Steel Castings (1995) Forgings for Valves, Flanges and Fittings and other Piping, Components, and Magnetic Particle Examination Method SP-55 Quality Standard for Steel Castings (1995) for Valves, Flanges and Fittings, and other Piping Components (Visual) 1.4 GENERAL REQUIREMENTS 1.4.1 Welders Qualification All welding under this contract shall be done only by welders who have successfully passed the qualification tests of the American Bureau of Shipping, U.S. Coast Guard Marine Inspection Service or American Welding Society for the class of work involved. 1.4.2 Welders Certification The Contractor shall bear the expense of conducting these tests, and shall certify by name, to the Contracting Officer, welders who have successfully passed the prescribed tests. The Contractor shall require any welder to repeat these tests when in the opinion of the Contracting Officer or his representative, the work of the welder indicated a reasonable doubt of his efficiency. In such cases the welder shall be recertified as above if he successfully passes the retest; otherwise, he shall be disqualified until he has successfully passed a retest. 1.4.3 Welding Procedures The electrodes used throughout the work shall be suitable for use with the parent metal at each weld and shall have the prior approval of the Contracting Officer. Electrodes shall be received on the job in unbroken packages bearing the manufacturers label and classification. Assembly of all welding points before welding shall be such as to secure proper gaps in butt welds and metal to metal contact in fillet welds. Welding shall not be used to close openings larger than stipulated by the American Welding Society. Welding procedure, as to direction, length, number, and sequence of beads, shall be carefully planned so as to minimize locked up stresses, warping, etc. PART 2 PRODUCTS 2.1 CASTING The finished chrome nickel steel castings, Lot I (Item 0001) shall comply with ASTM A352, Grade LC2-1, except that the impact test is waived. The chemical composition and heat treatment shall be as follows: Chemical Composition Carbon 0.20-0.30 percent Manganese 0.50-0.75 percent Chromium 1.25-1.75 percent Nickel 3.25-3.75 percent The castings shall be annealed and heat-treated to give a Brinell hardness of 250-310. PART 3 EXECUTION 3.1 MACHINING The castings to be furnished under these specifications shall be finished, except as indicated herein, by the Contractor by machining and/or grinding, drilling, and tapping to dimension shown on the contract drawings. The dimensions of the finished surfaces of the chrome nickel steel castings shall be true to the dimensions shown within a tolerance of plus or minus 1/16 inch. 3.2 REPAIR OF DEFECTS The repair of defects in castings shall not be accomplished by peening, plugging, or impregnating. 3.3 REPAIR WELDING Any defects in the castings which are deemed repairable by the Contractor shall be removed and repaired by welding. The welding procedures shall be in accordance with paragraph 1.4.3. The deposited weld metal shall have a degree of hardness and other mechanical properties comparable to the same quality standards required of the casting, and the areas shall be suitably marked to facilitate inspection 3.4 IDENTIFICATION MARKING Castings shall bear the producers name or symbol and pattern mark, except castings of such small size as to make such marking impracticable. Castings of weighing over 50 pounds shall have the heat or foundry lot number cast or stamped on the casting. 3.5 GOVERNMENT-FURNISHED PATTERNS Patterns from which castings have previously been made, with necessary core boxes, will be furnished by the Government for the castings required under this contract. The Government furnished patterns will be crated and shipped on a Government Bill of lading to the point indicated by the Contractor. Upon completion of casting of parts, the patterns shall be returned to the Government, at the Contractor expense, to point directed by the Contracting Officer. The Contractor shall check the patterns as received against the contract plans and report any variations which may exist between the contract plans and patterns within 10 calendar days after receipt. The cost of altering the patterns to suit individual foundry practice shall be borne by the Contractor. The Contracting Officer may require that the patterns be restored to their original condition prior to delivery for return shipment. 3.6 TESTS 3.6.1 TESTING OF MATERIAL The Contractor shall make, or have made at his expense, inspections, and tests to determine that the materials furnished meet the requirements of these specifications. Sufficient Brinell hardness test shall performed to determine that all parts of the castings conform to limits set forth in the paragraph entitled CASTING. A testing agency, capable of performing the tests required in MSS SP-53 shall be selected by the Contractor and approved in writing by the Contracting Officer. All castings shall be subject to visual inspection in accordance with MSS SP-55. Certified test reports, in triplicate, along with all radiographic films and interpretations shall be furnished to the Contracting Officer prior to shipment of castings. Any defective casting shall be replaced or repaired by welding as necessary and retested, all at the Contractors expense. The Government reserves the right to perform any nondestructive tests where such tests are deemed necessary to assure that castings conform to specified requirements. 3.6.2 MAGNETIC PARTICLE TESTING The testing agency shall perform a magnetic particle examination on all castings which do not require a radiographic examination. The magnetic particle test methods and acceptance standards shall be in accordance with MSS SP-53. 3.6.3 INSPECTION The castings shall be satisfactorily cleaned for their intended use when offered for inspection. Inspection and initial acceptance will be made by the Government at destination. All material and workmanship shall be subject to inspection, examination, and test by Government inspectors at any and all times during manufacture and at any and all places of manufacture. The Contractor shall furnish, at his expense, all reasonable facilities, labor and materials necessary for the safe and convenient inspection, and test that may be required by the Government inspectors. When the inspector determines that the casting has been satisfactorily completed, it will be accepted for shipment. 3.6.4 ACCEPTANCE When each shipment of casting has been delivered, the final inspection and acceptance will be made by the Government at the destination. 3.6.5 INSPECTION AND ACCEPTANCE OF GOVERNMENT FURNISHED PROPERTY The Contractor shall inspect Government furnished items for any damage incurred during shipping. If any discrepancies are found, a discrepancy report shall be initiated and forwarded immediately through the Contracting Officers Representative to the Contracting Officer. 3.7DELIVERY OR PERFORMANCE Delivery of all castings shall be completed within 60 days after date of receipt of Government-furnished Patterns. The pipe shall be delivered f.o.b. destination as follows: TYPE OF SHIPMENTDESTINATION REMARKS Carload rail U.S. Army Corps of Engineers 38 Or Truck Ensley Engineer Yard 2915 Riverport Road Memphis, Tennessee 38109 The Contractor shall notify the Contracting Officer at least five (5) days in advance of shipment to be made on this contract. 3.8 DOCUMENTS On the date of shipment, a copy of the Contractors bill of lading, shipping notices, and inspection reports covering shipments will be mailed to the Receiving Officer as follows: Memphis District, Corps of Engineers ATTN: Pat Hamblin 2915 Riverport Road Memphis, Tennessee 38109 As each shipment is made the Contractor shall furnish to the Contracting Officer, shipping notices on which shall be shown, in addition to the usual data, a description of the articles furnished, and the shipping weight of each item. 3.9 CONTRACT ADMINISTRATION DATA 3.9.1. Payment. Payment will be made in accordance with the Supply Contract Clause entitled Payments. 3.9.2 Rendition of Invoices and Vouchers Invoices shall be submitted showing terms of payment, including cash discount, if any. 3.9.3 Routing of Invoices or Vouchers Invoices or vouchers shall be sent to USACE Finance Center; ATTN: CEFC-AO-P; 5720 Integrity Drive, Millington, TN 38054 and to USACE Memphis; ATTN: Pat Hamblin; 2915 Riverport Road, Memphis, TN 38109 Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.202-1Definitions; 52.204-4Printed or Copied Double-Sided on Recycled Paper; FAR 52.212-1 - Instructions to Offerors--Commercial Items is applicable to this solicitation. The provisions at FAR 52.212-2 - Evaluation of technical capability and price with technical capability being significantly more important than price. FAR 52.212-3, Offeror Representation and Certifications--Commercial Items. FAR 52.212-4 - Contract Terms and Conditions--Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Dev); FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; far 52.229-3Federal, State, and Local Taxes; FAR 52.237-34F.O.B. Destination FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial ItemsFAR 252.225-7001 Buy America Act and Balance of Payments Program (JUN 2005); FAR 252.232-7003 Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III; and FAR 252.225-7002Qualifying Country Sources as Subcontractors. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by April 20, 2009 no later than 11:00 AM local time at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-09-Q-0019 addressed to Jackie Primer (901) 544-3340, Fax (901) 544-3710, Email: Jackie.primer@usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) database prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5e5769a79466a4f681d1866ad50b8d6b&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN<br />
Zip Code: 38103-1894<br />
 
Record
SN01792285-W 20090416/090414220910-5e5769a79466a4f681d1866ad50b8d6b (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.