SOLICITATION NOTICE
99 -- Hand Forged Low-Carbon Steel Hardware for Naval Gun Carriages on the USS Cairo, Historic Preservation Training Center, Frederick, Maryland
- Notice Date
- 7/6/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- Historic Preservation Training Center National Park Service Gambrill House 4801-A Urbana Pike Frederick MD 21704
- ZIP Code
- 21704
- Solicitation Number
- N2680050109
- Response Due
- 7/19/2005
- Archive Date
- 7/6/2006
- 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 announcement constitutes the only solicitation, a written solicitation WILL NOT be issued. Solicitation Number N2680050109 is issued as a Request for Proposal (RFP) for hand forged low-carbon steel hardware for naval gun carriages on the USS Cairo, Vicksburg National Military Park. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-03. The North American Industry Classification System (NAICS) is 331513. The Solicitation is a total Small Business Set-Aside, Size Standard 500 Employees. The Contractor shall furnish and deliver hand forged low-carbon steel hardware listed below and in accordance with Government-Furnished detailed drawings. Drawings and photographs of Government-Furnished components are available for downloading at: http://www.nps.gov/training/hptc/hptc.htm, Preservation Services, Solicitations. Photographs will take a while to download due to size of the files. After contract award the Government will furnish to the successful Contractor hand-forged low-carbon steel examples of each part identified in the hardware list. Government-Furnished components will serve as a benchmark to measure whether the fabricator's work is acceptable. The Contractor shall use either hand hammers or power hammers to accomplish the work but the effect of traditional hand-forging shall be maintained. Traditional techniques exemplified by fullering, upsetting, and forge welding will be employed in the fabrication of the hardware, though they may be supplemented with modern techniques. The Contractor shall be responsible for: fabricating patterns and jigs necessary to replicate the components outlined in the Government-Furnished drawings. Coordination of all forge scheduling and work to result in replication and production of the quantities outlined below and in the Government-Furnished drawings. Responsible for forgings that will result in replication of components in the Government-Furnished drawings. Components shall be free of rust, slag and oils prior to delivery. The Contractor shall notify the Contracting Officer's Technical Representative (COTR) when one sample of each component Item 1-A/Cap Square and Item 3-B/Side Tackle Bolt is complete so the COTR can inspect the work at the Contractor's facility prior to the production run. The Contractor shall deliver completed components to: National Park Service, 5 Commerce Street, Frederick, MD 21701. The exterior finish, appearance, and structural integrity shall be protected while in transit. Two deliveries shall be scheduled each with the following components: Items 7-B Truck Ties, Items 5-B/Various Bolts, and Items 5-C/Nuts, Not-Later-Than August 31, 2005. All other components Not-Later-Than September 22, 2005. The following are Part Numbers, Item Description and Quantities: Part Number 1-A Cap Square, Left, Quantity 5, Unit Price $__________ Total Price $_________; Part Number 1-A, Cap Square, Right, Quantity 5, Unit Price $__________ Total Price $__________; Part Number 2-A Cap Square Left, Quantity 6, Unit Price $__________ Total Price $__________; Part Number 2-A Cap Square Right, Quantity 6, Unit Price $__________, Total Price $__________; Part Number 4-B Cap Square Key, Quantity 23, Unit Price $__________, Total Price $__________; Part Number 3-A, Chin Bolt, Quantity 23, Unit Price $__________, Total Price $__________; Part Number 4-A, Cap Square Bolt, Quantity 23, Unit Price $__________, Total Price $__________; Part Number 6-B, Angle, Top of Cheek, Quantity 45, Unit Price $__________, Total Price $__________; Part Number 6-C, Angle Base of Cheek, Quantity 23, Unit Price $__________, Total Price $__________; Part Number 6-A, Training Loops, Quantity 46, Unit Price $__________, Total Price $__________; Part Number 4-C, Training Loop Plates, Quantity 62, Unit Price $__________, Total Price $__________; Part Number 4-D, Training Loop Plates, Quantity 15, Unit Price $__________, Total Price $__________; Part Number 3-B, Side Tackle Bolt with eye, Quantity 23, Unit Price $__________, Total Price $__________; Part Number 5-A, Train Tackle Bolts with Transporting Bolts with eye, Quantity 20, Unit Price $__________, Total Price $__________; Part Number 10-A, Transporting Bolts, Quantity 0, Unit Price $__________, Total Price $__________; Part Number 7-B, Truck Ties/Trucks, Quantity 90, Unit Price $__________, Total Price $__________; Part Number 7-A, Axel Tree Band, Quantity 45, Unit Price $__________, Total Price $__________; Item Number 8-A, Lynch Pin, Quantity 45, Unit Price $__________, Total Price $__________; Item Number 8-B, Lynch Pin Washer, Quantity 45, Unit Price $__________, Total Price $__________; Item Number 9-A, Breeching Shackle, Quantity 23, Unit Price $__________, Total Price $__________; Item Number 9A, Breeching Shackle Pin, Quantity 23, Unit Price $__________, Total Price $_________; Item Number 5-B, Inner Axel Tree Bed, Arch, Transom Bolt, Quantity 86, Unit Price $_________, Total Price $_________, and Item Number 5-C, Nut, Quantity 180, Unit Price $_________, Total Price $__________. The following provisions and clauses are applicable to this acquisition and are available at www.arnet.gov: FAR 52.212-1, Instructions of Offerors-Commercial Items, FAR 52.212-2, Evaluation-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.212-5, Contract Terms and Conditions, FAR 52.214-34 Submission of Offers in the English Language, FAR 52.214-35 Submission of Offers in U.S. Currency, FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.222-3 Limitations on Subcontracting; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.247-.34 F.O.B. Destination; FAR 52.249-8 Default (Fixed Price Supply-Service). Evaluation of Commercial Items: The following evaluation criteria will be used to evaluate proposal submission: (1) Written confirmation of the ability to meet the project schedule of not-later-than September 22, 2005. Should the offeror not be able to meet the September 22, 2005 date, the offeror shall propose an alternate schedule that indicates when work will be complete. (2) A detailed description of the process used to produce hand-forged hardware; and (3) Provide evidence that the forge has at least three years experience in producing hard-forged hardware of this scale. The evaluation criteria are listed in descending order of importance: Criteria 1, 50 points and Criteria 2 and 3, 25 points each. Award of any contract resulting from this solicitation will be made to the responsible offeror whose offer, conforming to the solicitation will be based on best value to the Government, cost or price and other factors considered. Technical quality is significantly more important than cost or price. Price will be a factor in the award decision, although the award may not necessarily be made to that offeror submitting the lowest price. As proposals become more equal in their technical merit, the evaluated cost or price becomes more important. As the technical merit and evaluated cost or price becomes essentially equal, other factors may become the determining factor. The Government reserves the right to make award without further discussion. Written Proposals shall be submitted in an original and three copies by no later than 12:00 p.m. on July 19, 2005 to: Historic Preservation Training Center, 4801A Urbana Pike, Frederick, Maryland 21704. Fax Proposal submissions ARE NOT authorized. Proposals shall include the following information: Technical Information: (1) Written confirmation of the ability to meet the project schedule of not-later-than September 22, 2005. Should the offeror not be able to meet the September 22, 2005 date, the offeror shall propose an alternate schedule that indicates when work will be complete. (2) A detailed description of the process used to produce hand-forged hardware; and (3) Provide evidence that the forge has at least three years experience in producing hard-forged hardware of this scale. Business Management Cost Proposal: (1) Individual descriptions of components with unit price and total prices for each identified material. (2) Completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. (3) Originally signed copy of Standard Form 1449 downloadable through http://www.nps.gov/training/hptc/hptc.htm, Preservation Services, Solicitations. On the Standard Form 1449, the Offeror shall guarantee that pricing is good for 120 days after the closing date for receipt of proposals. The Government anticipates award of a firm-fixed price contract on or before July 22, 2005. The point of contact for inquiries and clarifications is Sheila Rushlow, Contracting Officer, Telephone Number (301) 663-8206, Extension 103, Facsimile Number (301) 663-8032 or Email address sheila_rushlow@nps.gov.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=1859881)
- Place of Performance
- Address: Contractor's Facility
- Zip Code: 21704
- Country: United States
- Zip Code: 21704
- Record
- SN00842269-W 20050708/050706212356 (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 |