Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2009 FBO #2636
DOCUMENT

66 -- ATLAS TOWERS - RFQ - SPECS AND DRAWINGS

Notice Date
2/11/2009
 
Notice Type
SPECS AND DRAWINGS
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
WRAD-09-0198-NRMAH000-9-06827
 
Response Due
2/27/2009
 
Archive Date
3/14/2009
 
Point of Contact
Maria L Mendoza, Phone: (206)526-6671
 
E-Mail Address
Maria.L.Mendoza@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation items are being procured in accordance with FAR Part 13, Simplified Acquisitions Procedures. Department of Commerce (DOC), National Oceanic & Atmospheric Administration (NOAA), Pacific Marine Environmental Laboratory located in Seattle, WA has a requirement to purchase the following equipment for 1. Qty 15 each ATLAS Towers, Three Big Leg as per Attached Drawings and tower specifications. ATLAS TOWER ASSEMBLIES: The contractor shall furnish the necessary personnel, material, equipment, services, shipping and facilities (except as otherwise specified), to perform the following statement of work/specifications. ATLAS Towers: 1. Provide all labor, materials and shipping to PMEL Seattle, WA. of aluminum towers as specified below and as indicated on attached drawings: ATLAS Tower Big Leg. 2. All welding of tower components shall be done while attached to government furnished alignment jig. Two jigs will be supplied. Each jig will support one tower during assembly. Cost of shipping jigs to and from PMEL Seattle, WA. Will be paid by vendor. WT, approximately 300# each. 3. TOWER: The single bolt hole in each of the three tower feet must be bolted to the appropriate hole in the alignment jig using 1" diameter bolts tightened to a torque of approximately 90 LB.FT. The feet shall remain so attached during the assembly and welding of ALL components of the tower structure. This method assures the alignment of the towers to existing buoys that were built on identical jigs. Drilling of oversized holes, bending of components, etc, shall not be an acceptable method of adjusting a tower to fit on a government owned jig. Towers must fit government JIGS located at NOAA PMEL. Contractors submitting a quote must meet the following requirements of this contract in order to be considered for award: 1. Towers shall be made entirely of type 6061-T6 aluminum with the exception of the Top Ring that may be made of 6063-T6 aluminum at the vendor's discretion. All welding shall be done with filler rod 5356 aluminum, be free of voids, and conform to AWS D2.1 current standard. All finished products shall be FOB NOAA/PMEL Seattle, Washington. 2. Vendors manufacturing facility shall be open for inspection to assure compliance with Statement of Work during normal business hours. 3. Vendor shall demonstrate an ability to comprehend and discuss the engineering details stated in the 'Statement of Work' and found on the engineering drawings. 4. Vendor shall be capable of demonstrating that he has produced aluminum structures of this complexity. 5. Vendor shall be capable of demonstrating that he operates from a facility that is permanently equipped to manufacture structures of this complexity. 6. Vendor shall divulge the name and address of any proposed subcontractors with a schedule of the subcontractor's responsibilities, with the submission of his bid offering. 7. Any proposed changes in subcontractors, or additions of subcontractors, after award of contract, shall be discussed with the designated COTR prior to implementation. 8. Any subcontractor shall be held to the same standard of Considerations and Stipulations as the primary vendor. This contract may be canceled for noncompliance at the discretion of the contracting officer if it is determined that the subcontractor is producing a product that does not comply with the Statement of Work. 9. It is the sole responsibility of the primary contractor that any subcontracted work shall meet the requirements of this contract. Evaluation Criteria for vendor selection on ATLAS towers: Technical capability and past performance is considered significantly more important than price. Factor 1- Technical Ability to Manufacture Structure Factor 2 -Technical History of Manufacturing Similar Structures Factor 3- History of Reliability Factor 4- Final, Delivered, Cost to NOAA See NUMBERED NOTE 1, 100% Small business set aside. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. Only firms that can provide the exact equipment described herein will be considered. All interested parties must respond to this announcement within fifteen (15) calendar days of its publication. This RFQ closes at 4:00 p.m. Feb 27, 2009. All responses must be in writing and may be faxed to (206) 527-7513 attention to Maria Mendoza or email at maria.l.mendoza@noaa.gov. This is a small purchase action estimated not to exceed $100,000.00. The following provisions and clauses shall apply to this solicitation and resultant award. The provisions and clauses may be downloaded at http://www.acqnet.gov/far 1. 52.213-4 TERMS AND CONDITIONS--SIMPLIFIED ACQUISITIONS (OTHER THAN COMMERCIAL ITEMS) (APR 2005) 2. 52.243-1 I CHANGES--FIXED-PRICE (AUG 1987)--ALTERNATE I (APR 1984) 3. 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (OCT 2003) 4. 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 5. 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2005) 6. 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (MAY 2004) 7. 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) 8. 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) 9. 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (MAR 2005) 10. 1352.239-73 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (OCT 2003)11. 1352.239-74 SECURITY PROCESSING REQUIREMENTS FOR CONTRACTORS/SUBCONTRACTOR PERSONNEL FOR ACCESSING DOC INFORMATION TECHNOLOGY SYSTEMS (OCT 2003 12. 52.243-1 CHANGES--FIXED-PRICE (AUG 1987) 13. 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (Dec 2004) 14. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) ****The Western Regional Acquisition Division, requires that all contractors doing business with this Acquisition Office be registered with the Central Contractor Registry (CCR) as of October 1, 2003. After this date, NO award can be made unless the vender is registered in CCR. For additional information and to register in CCR please access the following web site: http://www.ccr.gov. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at www.dnb.com/eupdate or by phone at (800) 333-0505. All contractors are also required to complete online Representations and Certifications at HTTP://ORCA.BPN.GOV.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=161041c2d93abfb42646dea39616dd93&tab=core&_cview=1)
 
Document(s)
SPECS AND DRAWINGS
 
File Name: RFQ FORM (WRAD-09-0198RFQ.doc)
Link: https://www.fbo.gov//utils/view?id=f546dd9fe8ce4e48cc39869def4ed21a
Bytes: 123.50 Kb
 
File Name: SPECS AND DRAWINGS ({ATLAS Buoy}{ATLAS Big Leg with-1-1.pdf)
Link: https://www.fbo.gov//utils/view?id=875564edfa70fc648636e5a56bfb9e32
Bytes: 345.78 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: SEATTLE, Washington, United States
 
Record
SN01748357-W 20090213/090211215611-161041c2d93abfb42646dea39616dd93 (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.