Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2009 FBO #2847
SOLICITATION NOTICE

25 -- Brush Wafers

Notice Date
9/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
45 West Street, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
W90U5S92310011
 
Response Due
9/10/2009
 
Archive Date
3/9/2010
 
Point of Contact
Name: Shannon Dunmire, Title: Contract Specialist, Phone: 315-772-3390, Fax: 3157728277
 
E-Mail Address
shannon.dunmire@us.army.mil;
 
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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W90U5S92310011 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-34. The associated North American Industrial Classification System (NAICS) code for this procurement is 336399 with a small business size standard of 750.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-09-10 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Drum, NY 13602 The USA ACA Ft. Drum requires the following items, Brand Name or Equal, to the following: LI 001, 46 Airport Wafer Section Heavy Duty Wire, PN: 05-191460WWAH; high quality steel continuously and evenly distributed around a steel ring; brushes must have a 46-inch outside diameter with an inside diameter of 19.5 inches; packaged 30 units per carton; The wire in each section must be evenly distributed and trimmed with no protrusion of material outside of the nominal outside diameter; The maximum angle of deviation from the radial of the brush wire shall be plus or minus 10 degrees. The weight of each brush section must be no less than 13.01 lbs. Brush wire is.018 in diameter hard drawn, high carbon steel brush wire. The brush wire shall conform to AISI designation 1069. With a chemical composition of.65 percent to.75 percent carbon, manganese content of.45 percent to.65 percent, tensile strength of 315,000 psi to 375,000 psi; Brush Wire Material and Construction: A hard drawn, high carbon steel wire shall be spirally crimped on 2 planes with 4 crimps per inch at a depth of.130 inch. The wire shall be zinc flashed coated to ensure an even distribution of zinc coating; Retaining Wire: The retaining wire must be manufactured of.104 inch annealed steel wire and wrapped a minimum of 3 times. The retaining wire shall be knotted; not clipped; Section Balancing: Drive pins must be located 180 degrees from the overlapping joint of the hub to keep the amount of imbalance to a minimum. The locating pin shall be spot welded or press-fit in place and is radial and perpendicular to the inside diameter of the hub ring. The heavy point of each brush section shall be clearly identified by means of a mark on the hub ring. The maximum imbalance of each brush must not exceed 36 ounce-inches; Brush Shedding: 6 inches or longer shedding of wire must only represent a total of 0.5 percent of the brush total weight; Brush Ring: Shall be made of a premium grade 18 ga. coil steel.045 inch thick with one 5/16 inch minimum diameter drive pin located at 180 degrees from the overlapping joint of the hub ring. Sides of the ring shall be a minimum of 1 inch in height. 2,394 Units must be delivered by October 19, 2009 and the remainder by December 11, 2009. **If providing an equal you must list detailed specification, in the same format as the line items (item for item), in the attachment area of this quote, on FedBid., 6686, EA; LI 002, 46 Airport Wafer Section - Poly, PN: 05-191460PWA; Wafer Assembly: Inside diameter: 19 - 17/32 inch +1/16 inch -.00 (19.53 inch +.062 inch -.00 inch); Outside diameter trim: 46 inch +/- 1/8 inch; Width on retaining ring: 5/8 inch +/- 1/16 inch; Total weight: 8.25 lbs +/- 5 percent; Poly Filament: Material: cross linked Co-Polypropylene; Diameter of filament:.070 inch x.085 inch (oval shape) +/- 5.0 percent; Gravity:.90; Tensile strength: 40,000 psi (after elongation); Tensile elongation: 30 greater than 40 percent; Water absorption: less than.03 percent; Specific temperature range: -40 deg. F greater than 240 deg. F; Retaining Ring: 16 gauge cold rolled steel (.054 inch); Welded over lap of minimum inch (.75 inch) with a minimum of 5 welds for structural integrity; Four drive pins of a minimum of 5/6 inch (.3125 inch) diameter and 5/8 inch (.625 inch) long protruding inch (.500) on the inside diameter of the ring exactly spaced at 90 degrees. (+/- 1 degree) on the inside diameter; Balance: 16 gauge cold rolled steel (.054 inch); Welded over lap of minimum inch (.75 inch) with a minimum of 5 welds for structural integrity; Four drive pins of a minimum of 5/6 inch (.3125 inch) diameter and 5/8 inch (.625 inch) long protruding inch (.500) on the inside diameter of the ring exactly spaced at 90 degrees. (+/- 1 degree) on the inside diameter. **If providing an equal you must list detailed specification, in the same format as the line items (item for item), in the attachment area of this quote, on FedBid., 1498, EA; LI 003, 19 Airport Brush Wafer Spacers, PN: 05-SPACER1912; Overall Dimensions: 19.53 inch +.125/-.000; Overall Weight: 2.00 Lbs; Coiled Steel: 18 Gauge cold rolled; 2736 units must be delivered by October 19, 2009 and the remainder by December 11, 2009. **If providing an equal you must list detailed specification, in the same format as the line items (item for item), in the attachment area of this quote, on FedBid., 8520, EA; For this solicitation, USA ACA Ft. Drum intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Ft. Drum is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required non-pricing responses (e.g. technical proposal, representations and certifications, etc) directly to shannon.dunmire@us.army.mil (not through FedBid.com), so that any required information is received at that email address no later than the closing date and time for this solicitation. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.204-8, Annual Representation and Certification; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal, DFARS 252.212-7000, Offeror Representations and Certifications-Commercial items. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions - Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child LaborCooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003, ALT I, Item Identification and Valuation - Paragraph 252.211-7003(c)(1)(ii) applicable text is "NONE"; DFARS clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, paragraph b apply: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act And Balance Of Payments Program; 252.205-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission Of Payment Requests; 252.247-7023, ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW FAR 52.204-7 Central Contractor Registration (CCR), the offeror must be registered in CCR. Information can be found at http://www.ccr.gov. IAW FAR 52.204-8 Annual Representation and Certification, the offeror is required to input their Representations and Certifications into the online representation and certifications application (ORCA) database which is located at https://orca.bpn.gov/ Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement is 336399 with a small business size standard of 750 employees. The contractor must be an authorized dealer of the specified equipment to ensure warranty and maintenance support. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address to below. All other agency-level protests should be sent to the contracting officer for resolutions. HQ Army Materiel Command, Office of Command Counsel, 9301 Chapek Rd, Room 2-1SE3401, Fort Belvoir, VA 22060-5527, Facsimile number (703)806-886 or 8875 - Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command, Office of Command Counsel, Room 2-1SE3401, 1412 Jackson Loop, Fort Belvoir, VA 22060-5527. The AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp - If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ17/W90U5S92310011/listing.html)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
 
Record
SN01945620-W 20090910/090909085046-273b6e821c3513762e5480de095bb8e0 (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.