Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
SOLICITATION NOTICE

99 -- Custom fabricated stainless steel hardware items for Fort Massachusetts

Notice Date
7/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, National Park Service, NPS - All Offices, WASO - HPTC - Historic Preservation Training Center Gambrill House4801-A Urbana Pike Frederick MD 21704
 
ZIP Code
21704
 
Solicitation Number
N2680090162
 
Response Due
7/7/2009
 
Archive Date
7/16/2010
 
Point of Contact
Sheila Rushlow Contract Specialist 3016638206103 sheila_rushlow@nps.gov;<br />
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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. The announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number N2680090162 is issued as a Request for Proposal (RFP) N2680090162 for custom fabricated stainless steel items identified in the detailed description below and drawings. Stainless steel hardware will be used in the assembly of wooden components of Fort Massachusetts. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-35. The North American Industry Classification System (NAICS) is 331513. The Solicitation is a total Small Business Set-Aside, Size Standard 500 Employees. The Contractor shall use stainless steel - grade 316 to produce components in accordance with the drawings and specifications identified in this notice. The Contractor shall be responsible for fabricating any patterns, molds and jigs necessary to replicate the components outlined in the drawings. Drawings are available for downloading at: http://www.nps.gov/training/hptc/Administrative.htm, bottom of the page, Solicitations, Fabrication of Sally Port Doors and other components at Fort Massachusetts damaged by Hurricane Katrina, Drawing 1, Fort Massachusetts, Gulf Island National Seashore, Drawing 2, Fort Massachusetts, Gulf Island National Seashore, Drawing 3 and Fort Massachusetts, Gulf Island National Seashore, Drawing 4. All work shall result in the replication of components outlined the specifications identified in this notice and the drawings. CASTING: The Contractor may use expendable molds (i.e. sand casting) and permanent molds that shall result in replication components outlined in the specifications and drawings. The Contractor shall coordinate all foundry scheduling and work to result in replication and production of the Quantities outlined. Castings shall be free of all foundry defects including, but not limited to adhering casting material, visual cracks, hot tear, surface porosity, slip in form and shrinkage. Any seams that occur during the casting shall be removed from the individual castings and appropriate surface texture shall be applied. FORMING AND SHAPING: The Contractor shall use rolling, forging, extrusion, drawing, sheet forming, powder metallurgy and molding. MACHINING: The Contractor shall use turning, boring, drilling, milling, planning, shaping, broaching, grinding, ultrasonic machining, chemical, electrical, and electrochemical machining and high energy beam machining that will result in replication of components. JOINING: The Contractor shall use welding, brazing and soldering that shall result in replication of components. FINISHING: The Contractor shall be responsible for removing all markings made by the manufacturing process on each component. This may be done by honing, lapping, polishing, burnishing, deburring and milling the surfaces of the components in accordance with industry standards to achieve a surface finish that is clean, dry and rough enough for adherence to the primer and paint system. The Contractor shall finish all surfaces except through holes and blind holes of each component with Triangle Coatings, Inc., Aquapoxy 283P609 two part polyamide epoxy primer and Trilon 361S710 semigloss black acrylic urethane topcoat. The Contractor shall be responsible for following Triangle Coatings, Inc., (1930 Fairway Drive, San Leandro, CA 94577, Phone: (510) 895-8000 or (800) 895-8000) requirements for application of the specified product. INSPECTION: The Contractor shall notify the Contracting Officer's Representative (COR) when one sample of: Strap Hinge - Sallyport Doors and Rivet Head is ready for inspection prior to the production run. SHIPPING: The Contractor is responsible for shipment of the finished components in a manner that fully protects the components exterior finish, appearance and structural integrity. Finished hardware shall be delivered to: National Park Service, 5 Commerce Street, Frederick, MD 21701 on or before September 21, 2009. The following are Item Descriptions and Quantities: Strap Hinge - Sallyport Doors, Quantity 4, Unit Price $____________ Total Price $_______________; Strap Hinge - Terreplein Doors, Quantity 6, Unit Price $____________ Total Price $_______________; Strap Hinge - Embrasure Shutters, Quantity 8, Unit Price $____________ Total Price $_______________; Strap Hinge - Casemate Shutters, Quantity 16, Unit Price $____________ Total Price $_______________; Strap Hinge - Wicket Door, Quantity 8, Unit Price $____________ Total Price $_______________; Terreplein Pintel, Quantity 6, Unit Price $____________ Total Price $_______________; Embrasure Pintel, Quantity 8, Unit Price $____________ Total Price $_______________; Casemate Pintel, Quantity16, Unit Price $____________ Total Price $_______________; Wicket Pintel, Quantity 2, Unit Price $____________ Total Price $_______________; Bar Locking Bracket, Quantity 6, Unit Price $____________ Total Price $_______________, Rivet Head, Quantity 1,400, Unit Price $____________ Total Price $_______________ and Delivery, 1 Each, Total Price $_____________________. The following provisions and clauses are applicable to this acquisition and are available at http://acquisiton.gov/far/index.html, Instructions of Offerors-Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.212-5, Contract Terms and Conditions, FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). Evaluation of Commercial Items: The following evaluation criteria will be used to evaluate proposal submission: (1) Written confirmation of the ability to meet the project schedule of not-later-than September 21, 2009. Should the offeror not be able to meet the September 21, 2009 date, the offeror shall propose an alternate schedule that indicates when work will be complete; (2) A detailed description of the process used to produce the stainless steel components; and (3) Provide evidence that the fabricator has at least three years experience in custom metal fabrication. The evaluation criteria are listed in descending order of importance: Criteria 1, 40 points and Criteria 2 and 3, 30 points each. Award of any contract resulting from this solicitation will be made to the responsible offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. Technical quality is significantly more important than cost or price. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. As the technical merit and evaluated cost or price becomes essentially equal, other factors may become the determining factor. The Government reserves the right to make award without further discussion. Written Proposals shall be submitted in an original and three copies by no later than 12:00 p.m. on August 7, 2009 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704. Fax Proposal submissions ARE NOT authorized. Proposals shall include the following information: Technical Information: 1) Written confirmation of the ability to meet the project schedule of not-later-than September 21, 2009. Should the offeror not be able to meet the September 21, 2009 date, the offeror shall propose an alternate schedule that indicates when work will be complete; (2) A detailed description of the process used to produce the stainless steel components; and (3) Provide evidence that the fabricator has at least three years experience in custom metal fabrication. Business Management Cost Proposal: (1) Individual descriptions of components with unit price and total prices for each identified material. (2) Completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. (3) Originally signed copy of Standard Form 1449 downloadable through: http://acquisition.gov/comp/far/index.html, go to GSA Forms Library, Standard Form (SF), scroll down to SF1449, Solicitation/Contract/Order for Commercial Items. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 120 days after the closing date for receipt of proposals. The Government anticipates award of a firm-fixed price contract on or before August 21, 2009. The point of contact for inquiries and clarifications is Sheila Rushlow, Contracting Officer, Telephone Number (301) 663-8206, Extension 103, Facsimile Number (301) 663-8032 or Email address sheila_rushlow@nps.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/N2680090162/listing.html)
 
Place of Performance
Address: Contractor's Facility with delivery to Frederick, MD<br />
Zip Code: 21701<br />
 
Record
SN01877483-W 20090718/090717000043-f6525c8f79b0de258a2d0f1cab3e09e4 (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.