Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOLICITATION NOTICE

95 -- AISI-SAE 4340 STEEL BARS - RFQ FORM SF-18

Notice Date
8/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331111 — Iron and Steel Mills
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
RA1341-10-RQ-1268DR
 
Archive Date
8/19/2010
 
Point of Contact
DianaRomero, Phone: 303-497-3761
 
E-Mail Address
diana.romero@noaa.gov
(diana.romero@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ FORM SF-18 COMBINED SYNOPSIS/SOLICITATION AISI-SAE 4340 Steel Bars (I) This is 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13 (Not to exceed $100K) This announcement constitutes the only solicitation and quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA1341-10-RQ-1268DR. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44. (IV) This procurement is a total small business set-aside. The associated NAICS code is 331111. The small business size standard is 1,000. (V) This combined solicitation/synopsis is for the purchase of the following commercial items: CLIN NO. 0001 - AISI-SAE 4340 STEEL BARS, ESTIMATED QUANTITY 1 LOT OF MINIMUM OF 7,000 LBS, IN ACCORDANCE WITH THE SPECIFICATIONS. (VI) Description of requirements is as follows: Specification for NIST 4340 Steel Purchase Introduction The materials Reliability Division of NIST requires AISI-SAE 4340 steel bars, which will be used to produce precisely machined and heat treated Charpy V-notch specimens. These specimens shall be sold by NIST as standard reference materials to certify the performance of Charpy V-notch impact machines. The steel must be of the highest quality possible to ensure uniform impact properties and long term stability (resistance to aging) of the reference material. In accordance with the American Society for Testing Materials specification E23. Compositional and melting requirements AISI4340 steel bars, from a single heat to minimize compositional and micro-structural variation. Some steel plants produce steel in different heat sizes (inherent to their facilities), some flexibility in our contract by bracketing the quantity of the steel to be purchased and setting a not to exceed amount of $99,000.00 for a lot of at a minimum of 7,000 lbs. The steel shall be produced using a double-vacuum-melting procedure (vacuum-induction-melt vacuum-arc-remelt, VIM-VAR). The steel shall meet the compositional requirements of AISI-SAE alloy 4340. The steel must also meet the stricter requirements of AMS 6414, which describes steel production by a vacuum-melting procedure. The phosphorus, sulfur, vanadium, niobium, titanium, and copper contents of the steel to be low. The maximum concentrations (in mass %) allowed for these elements shall be: (1) P=0.010, (2) S =0.010, (3)V= 0.030, 4)Nb=0.005, (5) Ti = 0.003, and (6) Cu = 0.20. Maximum concentrations for nitrogen, oxygen, and hydrogen are not specified, however, it shall be require that these elements (and inclusions) are at levels typically found for VIM-VAR 4340 steel. The composition shall be certified using standard analytical procedures (such as optical emission spectroscopy or x-ray fluorescence), and the equipment is calibrated by standards traceable to NIST. The composition shall be measured at the top and bottom of the re-melted ingot. These two measurements shall be included in the documentation with the order, meet our compositional requirements, and meet the limits on residuals given above. Deviations between the two measurements (in mass percent between the top and bottom of VAR ingot) cannot exceed 0.030 for C, Si, and Mo; 0.10 for Mn; 0.030 for Cr; 0.050 for Ni; 0.003 for P; and 0.001 for S. Product form The ingots shall be forged, rolled to billet, conditioned, then hot rolled to bar (if an alternate process has not been mutually proposed.). The bar shall be finished to 0.50 inch square bar (+0.15 inch, -0.00 inch) and straighten. The corner radius of the finished bars cannot exceed 0.03 inches. The microstructure shall be uniform through the thickness, with a maximum acceptable grain size of ASTM number 7. ln other attributes (decarburization, segregation, surface condition, etc.), the steel must be suitable for use as 10 mm square Charpy V-notch specimens. The 0.50 inch bar shall be fully annealed to a hardness of RB-95 max. The suggested cycle is as follows: (1) heat to 1550 °F and hold for 6 hours, (2) furnace cool to 1200 °F and hold 12 hours, and (3) furnace cool to 800'F and air cool to room temperature. Alternate heat-treating schedules may be accepted if proposed in quotes. The goal here is to produce bars with a minimum of large carbides in the structure, the most uniform carbide precipitation possible, and a uniform hardness. The bar is required to be machine straightened (for twist and bow), and shipped in lengths of no more than 6 feet. The bar shall be packaged in bundles identified with reference to the ingot position from which it was processed. This identification is used to limit the material used for a given lot to a single ingot location, which reduces micro- structural inhomogeneities between bars. The bundles must weigh less than 4000 lb, which is the capacity of our fork lift truck. (VII) Required delivery 120 days ARO. Place of delivery is 325 Broadway, Bldg.22, Boulder, CO 80305-3328. Delivery shall be FOB Destination quote shall include shipping. Payment Terms are Net-30. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide to completed copy of SF-18 form that is attached to the synopsis. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government on an all or none basis. (a) The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability - meeting all the Specifications, Price, Delivery. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009) with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (June 2010), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: none apply. (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/ (End of provision) 52.252.2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnct.gov (End of Clause) 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offers in U.S. Currency (Apr 1991) The following additional terms and conditions apply: FAR Clause: 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a firm fixed price contract resulting from this solicitation. (End of Provision) Department of Commerce Clause: 1352.201-70 Contracting Officer's Authority (Apr 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.215-72 Inquiries (Apr 2010) Offerors must submit all questions concerning this solicitation in writing to Diana.Romero@noaa.gov. Questions should be received no later than August 16, 2010 @ 4:00 pm MDT. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 0400 P.M. MDT on August 18, 2010. All quotes must be faxed or emailed to the attention of Diana Romero. The fax number is (303) 497-7719 and email address is Diana.Romero@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Diana Romero, Purchasing Agent, 303-497-3761 email Diana.Romero@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA1341-10-RQ-1268DR/listing.html)
 
Record
SN02236421-W 20100813/100811234935-7a366d92c84b5f43d4f4bd94b9386130 (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.