MODIFICATION
40 -- Amendment 1 SOLICITATION NUMBER DAMT01-03-T-0093.
- Notice Date
- 9/23/2003
- Notice Type
- Modification
- Contracting Office
- Military Traffic Management Command, PARC, ATTN: MTAQ, 200 Stovall Street, Alexandra, VA 22332-5000
- ZIP Code
- 22332-5000
- Solicitation Number
- DAMT01-03-T-0093
- Response Due
- 9/26/2003
- Archive Date
- 11/25/2003
- Point of Contact
- brentwood39, 703-428-3476
- E-Mail Address
-
Email your questions to Military Traffic Management Command, PARC
(harriss@mtmc.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- NA 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 this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This SOLICITATION NUMBER DAMT01-03-T-0093 is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through FEDERAL ACQUISITION CIRCULAR (fac) #36 AND defense federal acquisition circular (DFAC) #9 . (iv) This solicitation is 100% SBSA. This SIC Code is: 3429 (v) A list of CONTRACT LINE ITEM NUMBER95) (clin(s)) and items are: CLIN 0001 Rail chain tiedowns, Quantity 2,140 DELIVERY IS TO ONE OR MORE LOCATIONS. Include in your price for CLIN 0001 Delive ry Points: Fort Benning, GA 31905, fort Bliss, TX 79916, Fort Campbell, KY 42223, Fort Carson, CO 80913, Fort Eustis, VA 23604, Fort Hood, TX 76544, Fort Sill, OK 73503, Fort Stewart, GA 31314, Camp LeJune, NC 28 547, Camp Atterbury, IN, Camp Shelby, MS, F ort Bragg, NC, Fort Drum, NY, Fort Knox, KY, Fort Lewis, WA, Fort Polk, LA, Fort Riley, KS and MCLB Barstow, CA. DESCRIPTION/SPECIFICATION OF THE ITEM TO BE PURCHASED BY THE GOVERNMENT Specification for a00Anchor Holea00 Chain Tiedown Assembly 1. Assemblie s shall conform to all requirements of the Association of American Railroads (AAR), as of the date of shipment, as found in the current edition of the AAR Open Top Loading Rules. Reference in this specification to a particular section of the AAR Open Top L oading Rules but not to others does not mean that non-compliance with any relevant non-referenced section is permitted. 2. Assemblies shall have a working load limit of not less than 13,750 lbs., a proof test of not less than 27,500 lbs., and a minimum bre aking strength of 55,000 lbs. 3. Evidence from a certified independent testing laboratory that at least three assemblies have been proof tested without distorting the chain links and have been tested to the minimum breaking strength without failure will be required from potential vendors prior to placement of orders. 4. The assemblies shall include the following components: a. An approved removable chain anchor device as illustrated in the AAR Open Top Loading Rules, Section 1, Figure 21.3. The devices shal l be designed to fit and rotate freely in 1 3/4 inch nominal diameter nonchamfered circular holes drilled or punched in 11/16 inches nominal thickness deck. This 'primary anchor device shall be placed at one extreme end of the assembly. b. An approved load binder of any type mentioned in the AAR Open Top Loading Rules, Section 1, paragraph 21.7.2, provided that it is permanently attached as an integral component in the assembly. Lever-type binders shall be designed such that when lever handles are released from their locking device the handles are not under live load. Ratchet-type and turnbuckle-type load binders shall be lubricated with persistent grease and equipped with a fitting for adding additional lubrication. Ratchet-type and turnbuckle-type load bin ders need not have an attached handle, provided that they can be tightened with an adjustable or monkey wrench. The load binder shall have a locking device to prevent loosening while in transit other than a jam nut or other arrangement that loses its effec tiveness as a result of wear caused by repeated use. c. A compression unit or shock absorber to reduce shocks that would otherwise distort the chain or break a component of the assembly when under load. The compression unit or shock absorber shall be funct ional at least up to the working load limit. d. A means of shortening the chain length of the assembly during attachment to a load sufficiently for the load binder to tighten the assembly to the required tension. If the device is to be a hook it shall be a claw hook. e. A slip hook with the ability to accept at l east a nominal 1.75 inches shackle body, to be placed at the extreme end of the assembly opposite the primary chain anchor device. f. A secondary chain anchor device, of the same design as the primary device, to secure the slip hook end of the assembly to the deck when the assembly is not in use in order to prevent the assembly from hanging over the side or end of the car. The secondary chain anchor device shall be located 9 inches to 15 inches from the slip hook end of the assembly. The secondary chain anc hor device and the means used to secure the secondary anchor device to the assembly shall have a minimum breaking strength of 500 lbs. g. Chain with a weight not greater than that of nominal 1/2 inch special alloy chain. h. A metal tag stamped with, at min imum, Department of Defense, the name of the manufacturer, the year sold, and the manufacturer's part number. 5. Components shall be attached to each other, and compression units shall be assembled, with coupling links or other devices that shall permit pa rts to be replaced without the use of a welding torch. 6. Ferrous components other than the chain must be painted or hot dip galvanized, unless forbidden by AAR specifications for the component. 7. The overall length of the assembly from the attachment poi nt of the anchor to the attachment point of the slip hook shall be not less than 10' with the load binder at full extension. 8. Technical questions regarding this specification should be addressed, IN WRITING, to harriss@mtmc.army.mil . Illustrations of di fferent types of hooks are shown on page viii of MTMCTEA Pam 5519, Tiedown Handbook for Rail Movements, available at http://www.tea.army.mil/dpe/field.htm. OFFERORS MUST ACQUAINT THEMSELVES WITH THE NEW REGULATIONS CONCERNING COMMERCIAL ITEMS ACQUISITION CONTAINED IN FAR Subpart 12 and must ensure that all Certifications and Representations are executed and returned as called for in this solicitation. (vii)FA R 52.212-1 Instructions to Off erors, Commercial, (viii) FAR 52.2122, Evaluation of Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. (ix) Off erors shall include a completed copy of the provision at FAR 52.212-3, Of f eror Representations and Certifications --Commercial Items (OCT 1995), with its offer. (x) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 1995) is incorporated by reference and applies to this acquisition. Contract Type: Firm Fixed Pr ice (FFP). (xi) FAR 52.212-5 Contracts Terms and Conditions Required to Implement Statutes (OCT 1995) is incorporated by reference, however, for paragraph (b) only the following provisions apply to this acquisition: 52.212-5 (b), 52.2.3-6 Restrictions on S ubcontractor Sales to the Government with ALT 11995). 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity (SEPT 1990), (41 USC 423). 52.219-8 Utilization of Small Disadvantaged and Women Owned Small Business Concerns (OCT 1995), (15 USC 4212 ). 52.2 19-9 Small Business, Small Disadvantaged and Women Owned Small Business Subcontracting Plan (OCT 1995). 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (APRIL 1984), (38 USC 4212). 52.222-36 A ffirma tive Action for Handicapped Workers (APRIL 1984), (29 USC 793). 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (JAN 1988), (38 USC 4212). One price proposal is due not later than 1400 hours EDT, 26 Septembe r 2003 at MTAQ-D, 200 Stovall Street, Alexandria 22332-5050. Alternatively, offers may be submitted via facsimile to (703) 428-3362 or 3363. electronic submissions may be received via the internet at harriss@mtmc.army.mil The Contracting Officer for this action is Mr. E. Gregory Dawson, (703)428-2020. xii) If you intend to participate in this procurement and require copies of the commercial item description concerning this specific acquisition, contact S. L. Harris at (703) 428-3476. For copies of all C ertifications and Certifications contact S. Harris at (703) 428-3476.
- Place of Performance
- Address: Military Traffic Management Command, PARC ATTN: MTAQ, 200 Stovall Street Alexandra VA
- Zip Code: 22332-5000
- Country: US
- Zip Code: 22332-5000
- Record
- SN00440207-W 20030925/030923213243 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |