Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

30 -- CHAIN WITH PUSHER DOGS FOR TOWLINE SYSTEM

Notice Date
8/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333613 — Mechanical Power Transmission Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
 
ZIP Code
17070-5001
 
Solicitation Number
SP330011Q1033
 
Archive Date
10/4/2011
 
Point of Contact
Angel D. Maldonado-Rodriguez, Phone: 7177704074
 
E-Mail Address
angel.maldonado@dla.mil
(angel.maldonado@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
DLA Distribution Susquehanna, PA (DDSP) has a requirement to purchase various chains with pusher dogs for a towline system. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a Request for Quote (RFQ) and the solicitation number is SP3300-11-Q-1033. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-53 effective 4 Aug 2011 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20110725 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2011-19. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This solicitation is unrestricted. The NAICS code applicable to this acquisition is 333613 and the small business size standard is 500 employees. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the Central Contractor Registration (CCR) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.ccr.gov. CLIN 0001 - LO-TOW 3560 CHAIN, BLOCK AND BAR TYPE CHAIN COMPRISED OF BAR LINKS, CONNECTING LINKS AND PUSHER DOGS CONNECTED TOGETHER BY HORIZONTALLY PLACED HIGH STRENGTH ALLOY STEEL RIVETS. CHAIN HAS A PITCH OF 6 INCHES WITH PUSHER DOGS LOCATED EVERY 15 FEET, THREADED PINS ARE PROVIDED IN EACH PUSHER DOG LINK FOR EACH OF INSTALLATION AND REMOVAL. TOP AND BOTTOM OF CHAIN IS FLAT AND EVEN, CHAIN DESIGNED TO EASILY NEGOTIATE RAMPS AND TURNS DOWN TO 6'-0" RADIUS WITHOUT MODIFICATION. BAR LINKS, CONNECTING LINKS AND PUSHER DOGS ARE MADE OF MEDIUM CARBON STEEL WITH THE FACES OF THE PUSHER DOG TREATED TO A HARDNESS OF RC 55. CONNECTING PINS - 3/4" DIAMETER INS SIZE AND CONSTRUCTED OF ALLOY STEEL FOR STRENGTH AND LONG LIFE. RATED WORKING LOAD: 5,200 POUNDS, YIELD STRENGTH: 31,000 POUNDS AND ULTIMATE STRENGTH OF 65,000 POUNDS. CHAIN LUBRICATION PROVIDED BY THE AUTOMATIC OILER LOCATED IN THE DRIVE PIT OF THE CONVEYOR SYSTEM. THIS CHAIN IS A COMPONENT OF THE SI SYSTEMS LO-TOW IN FLOOR TOWLINE CONVEYOR SYSTEM INSTALLED IN BUILDING 2001 AT DLA DISTRIBUTION SUSQUEHANNA, PENNSYLVANIA. REFERENCE SI HANDLING PART NUMBER 226-0206 OR EQUAL. 2600 FEET @ _________________ PER FOOT = ___________________ TOTAL CLIN 0002 - LO-TOW 3560 CHAIN, BLOCK AND BAR TYPE CHAIN COMPRISED OF BAR LINKS, CONNECTING LINKS AND PUSHER DOGS CONNECTED TOGETHER BY HORIZONTALLY PLACED HIGH STRENGTH ALLOY STEEL RIVETS. CHAIN HAS A PITCH OF 6 INCHES WITH PUSHER DOGS LOCATED EVERY 12 FEET, THREADED PINS ARE PROVIDED IN EACH PUSHER DOG LINK FOR EACH OF INSTALLATION AND REMOVAL. TOP AND BOTTOM OF CHAIN IS FLAT AND EVEN, CHAIN DESIGNED TO EASILY NEGOTIATE RAMPS AND TURNS DOWN TO 6'-0" RADIUS WITHOUT MODIFICATION. BAR LINKS, CONNECTING LINKS AND PUSHER DOGS ARE MADE OF MEDIUM CARBON STEEL WITH THE FACES OF THE PUSHER DOG TREATED TO A HARDNESS OF RC 55. CONNECTING PINS - 3/4" DIAMETER INS SIZE AND CONSTRUCTED OF ALLOY STEEL FOR STRENGTH AND LONG LIFE. RATED WORKING LOAD: 5,200 POUNDS, YIELD STRENGTH: 31,000 POUNDS AND ULTIMATE STRENGTH OF 65,000 POUNDS. CHAIN LUBRICATION PROVIDED BY THE AUTOMATIC OILER LOCATED IN THE DRIVE PIT OF THE CONVEYOR SYSTEM. THIS CHAIN IS A COMPONENT OF THE SI SYSTEMS LO-TOW IN FLOOR TOWLINE CONVEYOR SYSTEM INSTALLED IN BUILDING 2001 AT DLA DISTRIBUTION SUSQUEHANNA, PENNSYLVANIA. REFERENCE SI HANDLING PART NUMBER 226-0203 OR EQUAL. 800 FEET @ _________________ PER FOOT = ___________________ TOTAL PROPOSED DELIVERY SCHEDULE: ______________________________________ Delivery point is FOB DESTINATION to DLA DISTRIBUTION SUSQUEHANNA BASE SUP EBS BLDG 203 DR 12, 5450 CARLISLE PIKE, MECHANICSBURG, PA 17050-2411. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. PREFERRED METHOD OF PAYMENT IS GOVERNMENT CREDIT CARD: DO YOU ACCEPT A CREDIT CARD? YES_____ NO ______ The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. FAR 52.215-5 Facsimile Proposals FAR 52.216-1 Type of Contract The Government contemplates award of a firm-fixed price contract. DLAD 52.233-9000 AGENCY PROTESTS (SEP 1999) Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (JUN 2001) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS-Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Unit Price and extended prices for all CLIN(S) (4) Proposed shipping time (5) Technical information (as stated below under FAR 13-106-2) (6) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (7) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) 2. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. FAR 13-106-2 Evaluation of Quotations or Offers. The Government intends to evaluate quotes in response to this quotation and will award one firm-fixed price contract to the overall lowest price technically acceptable offeror whose quote represents the lowest price for all items. Therefore to be considered for award, offerors are required to submit descriptive literature that clearly indicates the product offered meets the minimum requirements/salient characteristics. This information will be used to determine technical acceptability. Technical information shall be evaluated on a go/no go basis. Any offeror who has been determined acceptable (go) on their technical information will then have its quote evaluated for price. Technical capability - The minimum criteria for acceptability shall be the submission of descriptive literature that clearly indicates the product being offered meets the minimum requirements/salient characteristics as stated in the description. "Descriptive literature" for this solicitation means catalog cuts, illustrations, drawings, pictures, brochures, or a web address that contains applicable product information. Descriptive literature is required to establish for the purpose of evaluation and award details of the product being offered. This information will be used to determine technical acceptability. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Addenda to 52.212-4; the following clauses apply: FAR 52.247-34 FOB Destination FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (in paragraph (b) the following clauses apply: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.219-28 Post Award Small Business Program Re-representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of segregated facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 Restriction on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.232-36 Payment by Third Party DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD Officials DFARS 252.225-7036 Buy American Act --Free Trade Agreement--Balance of Payments Program DFARS 252.247-7023 Transportation of Supplies by Sea ALT III DLAD 52.247-9012 REQUIREMENTS FOR TREATMENT OF WOOD PACKAGING MATERIAL (WPM) (FEB 2007) (a) This clause only applies when wood packaging material (WPM) will be used to make shipments under this contract and/or when WPM is being acquired under this contract. (b) Definition. Wood packaging material (WPM) means wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frame and cleats. The definition excludes materials that have undergone a manufacturing process, such as corrugated fiberboard, plywood, particleboard, veneer, and oriented strand board (OSD). (c) All Wood Packaging Material(WPM) used to make shipments under DOD contracts and/or acquired by DOD must meet requirements of International Standards for Phytosanitary Measures (ISPM) 15, "Guidelines for Regulating Wood Packaging Materials in International Trade." DOD shipments inside and outside of the United States must meet ISPM 15 whenever WPM is used to ship DOD cargo. (1) All WPM shall comply with the official quality control program for heat treatment (HT) or kiln dried heat treatment (KD HT) in accordance with American Lumber Standard Committee, Incorporated (ALSC) Wood Packaging Material Program and WPM Enforcement Regulations (see http://www.alsc.org/). (2) All WPM shall include certification/quality markings in accordance with the ALSC standard. Markings shall be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides of the pallet and be contrasting and clearly visible. All containers shall be marked on a side other than the top or bottom, contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ASLC approved DUNNAGE stamp. (d) Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. The Agency reserves the right to recoup from the Contractor any remediation costs incurred by the Government. (End of Clause) Offerors responding to this announcement shall submit their quotations via FAX to Angel D. Maldonado, 717-770-7591 or e-mail to angel.maldonado@dla.mil. All quotes must be received by August 25, 2011 AT 3:30 PM EST to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP330011Q1033/listing.html)
 
Place of Performance
Address: DLA DISTRIBUTION SUSQUEHANNA, BASE SUP EBS BLDG 203 DR 12, 5450 CARLISLE PIKE, MECHANICSBURG, Pennsylvania, 17050-2411, United States
Zip Code: 17050-2411
 
Record
SN02529440-W 20110812/110811000032-bc5c38ea54b7cc68c14a95d3d7d67c72 (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.