Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
MODIFICATION

43 -- COMBINED SYNOPSIS/SOLICITATION FOR COMPRESSION SPACER LOAD CELLS

Notice Date
5/25/2011
 
Notice Type
Modification/Amendment
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ-11-T-0013
 
Response Due
5/26/2011
 
Archive Date
7/25/2011
 
Point of Contact
Amanda Andrews, 601-634-5249
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(amanda.andrews@usace.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 Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quotes (RFQ) and is 100% set aside for small businesses. The associated North American Industry Classification System (NAICS) code for the procurement is 333415 and the Small Business size standard is 750 employees. The US Army Corps of Engineers, Engineer Research and Development Center Contracting Office, has a requirement for six (6) 400,000 pound compression spacer load cell for 3.250 inch diameter and six (6) 500,000 pound compression spacer load cell for 3.750 inch diameter (to include shipping). FOB is destination. Desired delivery is 60 days after receipt of order. This is for purchase and delivery only and not installation. Additional Information: The load cells will be outdoors in continuous operation on a lock gate in the central US. The air temp will dip occasionally to well below 0 F. requiring a low temperature operating limit of -30 F. In normal operation the load cells will not be submerged. However, in periods of high water that usually occur with spring floods, they may be submersed for extended periods of time to a depth of up to 20 feet. They are required to operate under these conditions. It should be noted that submergence and freezing temperatures are mutually exclusive conditions and the load cells will not be subject to simultaneous submergence and sub-zero temperatures. This solicitation is for two sizes of compression spacer type load cells. They are called load spacers because these devices are placed over a threaded rod between a base plate and a capping nut and washer. When tension in the rod increases the load cell is compressed between washer/nut and base plate. The two rod diameters that will "pass through" the load cell are 3.25" and 3.75" respectively, this each load cell will be build according. This type of load cell is sometimes referred to as a "load washer. When the load cell is compressed strain in the steel produces a proportional change in resistance of internally bonded strain gages that is thus proportional to the applied load. The relevant details, specifications, and a concept drawing are provided in the "Additional Documentation" section of the solicitation. All critical dimensions are clearly stated on page 2 of the attachment. Also as specified, all exposed surfaces are to be Nickel plated for maximum corrosion protection. Questions: 1)Are the load spacers threaded internally, are they designed with center through hole? Refer to Page 1 Note on thread type for pass thru; and Refer to Page 2 of Attachment, Detailed Specifications, Critical Dimension B. 2)What is overall max diameter of load spacers? Refer to Page 2 of Attachment, Detailed Specifications, Critical Dimensions "A" - Maximum Overall Cell Diameter 6.00-inches for Type 1, and 8.00-inches for Type 2. 3)Does the drawing call out for the overall max thickness of each load spacer, for 400,000 and 500,000lb? Refer to Page 2 of Attachment, Detailed Specifications, Critical Dimension "E" - Maximum Cell Height = 6.000-inches; both types. Specifications for compression spacer load cells - Please see attachments All interested firms must be registered in the Central Contractor Registration (https://www.bpn.gov/ccr/default.aspx) and Online Representations and Certification Application (https://orca.bpn.gov/). The Government will award a contract resulting from this synopsis/solicitation to the responsible lowest price offeror whose offer meets and/or exceeds the specifications herein. The following provisions apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-1 Instructions to Offerors Commercial Items; 52.212-3 Offeror Representations and Certification Commercial Items; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-25 Affirmative Action Compliance; 252.225-7000 Buy American Act Balance of Payments Program Certificate; and 252.212-7000 Offeror Representations and Certifications Commercial Items. The following clauses apply to this acquisition and are hereby incorporated by reference: 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.222-3 Convict Labor; 52.233-3 Protest After Award; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.247-34 FOB Destination; 52.252-2 Clauses Incorporated by Reference; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-21 Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.225-7036 Buy American Act Free Trade Agreements Balance of Payments Program All offerors shall submit the following: 1) Signed Quote and 2) A completed copy of the Provision at 52.212-3 Offeror Representations and Certifications Commercial Items and 252.212-7000 Offeror Representation and Certifications Commercial Items, which may be downloaded at www.arnet.gov/far. 3) Product literature describing the products being offered. 4) References for previous projects similar to current requirement. All quotes should be emailed to: amanda.andrews@usace.army.mil no later than 11:00 am CDT 26 May 2011. Point of Contact: Amanda Andrews, Contract Specialist, 601-634-5249.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ-11-T-0013/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN02456741-W 20110527/110525234804-fb8d5b6ef785b7067cc603486a8a09cd (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.