Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2013 FBO #4092
SOLICITATION NOTICE

38 -- Wire Wafer

Notice Date
2/4/2013
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
T-45 West St, Fort Drum, NY 13602
 
ZIP Code
13602
 
Solicitation Number
0010291722
 
Response Due
2/8/2013
 
Archive Date
8/7/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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 solicitation number is 0010291722 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 2005-64. The associated North American Industrial Classification System (NAICS) code for this procurement is 333120 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 2013-02-08 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Fort Drum, NY 13602 The MICC Fort Drum requires the following items, Brand Name or Equal, to the following: LI 001, 46? Airport Wafer Section ? Heavy Duty Wire, United Rotary Brush 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. Must be compatible with United Rotary Brush spacers and polywafers., 700, EA; LI 002, 46? Poly Wafer ? Total wafer assemble United Rotary Brush PN: 05-191460PWAm; Inside diameter 19 17/32 inches +1/16 -.00 [19.53 inches +.062 inches -.00 inches]; Out diameter trim 46 inches. +/- 1/8 inches; width on retaining ring 5/8 inches +/- 1/16 inch; Total weight : 8.25 lbs +/- 5 percent; Poly filament: Material: cross linked Co-Polypropylene; Diameter of filament:.070 inches x.085 inches [oval shape] +/- 5.0 percent; Gravity:.90; Tensile strength 40000 psi [after elongation]; Tensile elongation:30>40 %; Water absorption: less than.03%; Specific temperature rang -40 deg.F > 240 deg.F; Retaining ring: 16 gauge cold rolled steel [054 inches? ] welded over lap of min ? inch [.75 inches] with min 5 welds for structural integrity. Four drive pins of min 5/16 inch [.3125 inches] diameter and 5/8 inches [.625 inches]long protruding ? inch [.500 inch] on the ID of the ring exactly spaced at 90 deg. [+/- 1 deg] on the inside diameter. Construction: Polypropylene filament is secured using a melting/extrusion process and crimped inside the steel retaining ring. Balance: The wafers are static balanced and are marked with a black dot on the ring/filament to indicate the point of maximum static unbalance. The maximum static unbalance is 36 inch/ounce. Must be compatible with United Rotary Brush spacers and polywafers., 600, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort 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. MICC Fort 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. 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: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 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 Labor?Cooperation 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. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: 252.204-7004 ALT A, Required Central Contractor Registration; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 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; 252.225-7036, 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 52.204-99 System for Award Management (SAM) Registration (August 2012) (Deviation), the offeror must be registered in SAM. Information can be found at http://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 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 contractor must be an authorized dealer of the specified equipment to ensure warranty and maintenance support. 5152.233-4000 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. Send protests (other than protests to the contracting officer) to: ? Address: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 ? Fax: (256) 450-8840 ? The AMC-level protest procedures are found at: Web Address: 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. The associated North American Industrial Classification System (NAICS) code for this procurement is 333120 with a small business size standard of 750 employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a594c71011be1bf30266b3488517a198)
 
Place of Performance
Address: Fort Drum, NY 13602
Zip Code: 13602
 
Record
SN02978969-W 20130206/130204234149-a594c71011be1bf30266b3488517a198 (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.