Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2009 FBO #2819
SOLICITATION NOTICE

96 -- INGOT CHIP RECOVERY

Notice Date
8/11/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331525 — Copper Foundries (except Die-Casting)
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK CONTRACTING OFFICE PHILADELPHIA, N00189 FISC NORFOLK, PHILADELPHIA OFFICE 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018909Q3057
 
Response Due
8/17/2009
 
Archive Date
8/17/2009
 
Point of Contact
Christine Shockley 2156979459 Christine Shockley2156979459
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-09-Q-3057. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-35 and DFARS Change Notice 2007-0913. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 331525 and the Small Business Standard is 500. This is a 100% small business set-aside. The Government contemplates award of a firm fixed price IDIQ contract resulting from this solicitation. The Fleet Industrial Supply Center Philadelphia Office requests responses from qualified sources capable of providing the following Contract Line Item Number (CLIN): (CLIN 0001) (240,000 lbs) Ingot Chip Recovery; (CLIN 0002) Technical Data for Line Item 0001, Not separately priced; (CLIN0003) (240,000 lbs) Option I for Ingot Chip Recovery; (CLIN 0004) Technical Data for Line Item 0003, Not separately priced; (CLIN 0005) (240,000 lbs) Option II for Ingot Chip Recovery; (CLIN 0006) Technical Data for Line Item 0005, Not separately priced; (CLIN 0007) (240,000 lbs) Option III for Ingot Chip Recovery; (CLIN 0008) Technical Data for Line Item 0007, Not separately priced; (CLIN 0009) (240,000 lbs) Option IV for Ingot Chip Recovery; (CLIN 0010) Technical Data for Line Item 0009, Not separately priced. Period of performance is 01 October 2009 through 30 September 2010 and four contract option periods of twelve months each; Delivery Location is Naval Foundry and Propeller Center, 1701 Kitty Hawk Ave. Philadelphia, PA 19112. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including (b) 5(i), (16), (17), (18), (19), (20), (21), and (36); 52.211-16, Variation in Quantity; 52.216-18, Ordering; 52.216-19, Order limitations;52.216-22, Indefinite Quantity; and52.217-9, Option to Extend the Term of Contract. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including (a) 52.203-3; and (b) (1), (4), (5), (6), (17), (20)(i). This announcement will close at 4 p.m. on 17 August 2009. Contact Christine Shockley who can be reached at 215-697-9459 or email Christine.Shockley@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. When evaluation factors are used include:FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and past performance. The relative importance of the factors is as follows: past performance is more important than price. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Past Performance: The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. Statement of Work: 1.The material to be smelted is machine chips/turnings of Nickel, Aluminum, Bronze, Copper Alloy C95800 contained within water soluble machining coolant. 2.The collected metal shall be processed into 42-inch diameter ingots weighing 4,500 to 5,500 pounds each, or 24 inch diameter ingots weighing approximately 2,500 pounds each. The contractor is to contact is to contact Bruce Bucari, NFPC Foundry Materials Engineer to provide the ingots size for each batch. Bruce Bucari can be contacted at 215-897-3256. The ingots shall meet the following criteria: ElementPercentAluminum8.8 - 9.2Manganese1.1 - 1.5*Nickel4.0 - 5.0*Iron3.5 - 4.2Silicon0.05 MaximumLead 0.01 MaximumCopper (Plus Other specified elements) 99.7 Minimum 3.Each 42 inch diameter ingot is to have two (2) lifting hooks. The hooks are to be made from one (1) inch diameter mild steel rod. The hook opening is to be three (3) inches wide and clear the top of the ingot by a minimum of six (6) inches. These hooks shall be far enough apart to allow another ingot to be stacked upon the first between the hooks. 4.Each 24 inch diameter ingot is to have two (2) lifting hooks as detailed for the 42 inch diameter ingot in paragraph three above but shall be made from the same alloy. 5.Ingots shall be palletized, marked with the lot number and ingot weight, and shipped in an open flatbed trailer to facilitate unloading by bridge crane or fork truck. Seven (7) small ingots shall be poured matching and supplied with each 42 or 24 inch ingot. 6.The contractor shall provide a chemical analysis for each ingot. The mechanical properties, tensile strength 0.5% extension under load yield strength, and elongation are to be determined and provided for each lot with the following criteria: Tensile Strength85 KSI minimumYield Strength35 KSI minimumElongation 15% minimum 7.The steps required by the contractor to collect the non-ferrous smelter are as follows: (a)Provide sufficient collection bins and collection frequency for a chip output of approximately 20,000 pounds per month (approximately 20 cubic yards). (b)Contents of bins will be Nickel, Aluminum, Bronze, Copper Alloy C95800. (c)Clean (chips will be contaminated with a water soluble machining coolant) and smelt the bin contents in accordance with the re-melt specification provided. (d)Return/deliver the processed ingots to the customer as the material is collected and processed. (e)Maintain and deliver to the customer, on a monthly basis, an accurate record of both processed and delivered poundage. 8.A report indicating the results of chemical and mechanical testing is to be sent to the Naval Foundry and Propeller Center: Bruce Bucari/Code 991.2Materials EngineerNaval Foundry and Propeller Center1701 Kitty Hawk AvePhiladelphia, PA 19112-5087 9. The minimum order is 20,000 pounds and the maximum is 240,000.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018909Q3057/listing.html)
 
Place of Performance
Address: 1701 Kitty Hawk Ave. , Philadelphia, PA<br />
Zip Code: 19112<br />
 
Record
SN01907609-W 20090813/090812001307-9cf0db58b5760d442cc434f8364bb3b5 (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.