Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

99 -- Wanted: Miter Gate Seals for the Lock and Dam 7. Located in La Crescent, MN

Notice Date
7/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339991 — Gasket, Packing, and Sealing Device Manufacturing
 
Contracting Office
USACE District, St. Paul, Contracting Division CEMVP-CT, 180 East Fifth Street, St. Paul, MN 55101-1678
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-11-T-0071
 
Response Due
7/25/2011
 
Archive Date
9/23/2011
 
Point of Contact
Shannon Matthews, 651-290-5304
 
E-Mail Address
USACE District, St. Paul
(shannon.matthews1@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
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. This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR PART 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. i) Solicitation Number: W912ES-11-T-0071, this is being issued as a request for quotes (RFQ). Quotes are due no later than 22 July 2011 at 10 am CST. ii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. iii) This procurement will be a 100% set aside for service disabled veteran business under NAICS code: 339991, Size Standard: 500. iv) Requirements are defined as follows: 1. GENERAL. Furnish the following elastomeric seals. PART NAMEMARK NUMBERDESCRIPTIONLENGTH (FEET) EACHQUANTITY TAINTER VALVE SEALS SIDE SEALN/ASU MOLD 9123, B=9 INCH20.08 SEAL STRIP25/6-T6SU MOLD 677510.04 SEAL STRIP25/6-T7SU MOLD 8343N/A4 SEAL STRIP25/6-T8SU MOLD 8344N/A4 CABLE NOTCH SEALING BLOCK25/6-T9SU MOLD 6776N/A8 MITER GATE SEALS MITER SEAL LOWER GATE21/28-4SU MOLD 9123, B=9 INCH19.02 QUOIN SEAL LOWER GATE21/201-LSU MOLD 481422.01 MITER SEAL UPPER GATE21/28-3SU MOLD 9123, B=9 INCH21.02 QUOIN SEAL UPPER GATE21/201-USU MOLD 481424.01 Seal descriptions are SEALS UNLIMITED brand standard molds. Seals shall be furnished as raw stock lengths, with simple transverse end cuts. Bolt holes will be drilled at installation. 2. REFERENCE SPECIFICATIONS The following American Society for Testing and Materials (ASTM) Standards form a part of this specification to the extent referenced. ASTM D 395(2003)Rubber Property-Compression Set ASTM D 412(2003)Rubber Property in Tension ASTM D 413(2003)Rubber Property-Adhesion to Flexible Substrate ASTM D 471(2005)Rubber Property-Effect of Liquids ASTM D 572(2004)Rubber Deterioration by Heat and Oxygen ASTM D 2000(2006)Standard Classification System for Rubber Products in Automotive Applications ASTM D 2137(2005)Rubber Brittleness Point of Flexible Polymers And Coated Fabrics ASTM D 2240(2005)Rubber Property-Durometer Hardness 3. ELASTOMERIC SEAL MATERIALS Seals shall natural rubber/polyisoprene or neoprene. Seals be moulded. Seals shall contain no reclaimed polymers and shall include reinforcing carbon black, zinc oxide, accelerators, antioxidants, vulcanizing agents, and plasticizers. Physical characteristics of the seals shall meet the following criteria: Physical TestTest ValueSpecifications Tensile strength3000 psi (min.)Die C ASTM D412 Elongation at Rupture450% (min.)ASTM D412 300% Modulus900 psi (min.)ASTM D412 Durometer Hardness, Shore Type A60 to 70ASTM D2240 Water Absorption10% change in volume (max.)70 Hrs. @ 212 F ASTM D471 Compression Set30% (max.)ASTM D395 Method B Tensile Strength After 48 Hours Aging80% (min.) of tensile strengthASTM D572 Low Temperature BrittlenessNon-brittle after 3' @ -40 CASTM D2137 Method A 4. ATTACHMENTS Images at the end of this scope shows crossection dimensions for the required J-seals. Some images are copied from the Seals Unlimited catalog. Tolerance on dimensions shown shall be (+/-)0.05 inches. 5. DELIVERY AND SHIPMENT Tainter valve seals shall be delivered on or before 1 October 2011. Miter gate seals shall be delivered on or before 1 January 2012. Shipment address and shipment point of contact is: US ARMY CORPS OF ENGINEERS LOCK AND DAM NO.7 33018 Highway 61 La Crescent, MN 55947-9538 LOCKMASTER: Mary DeFlorian (PHONE 507-895-2170) 5.1 Shipping The bid price shall include the cost of transportation to the above address. Shipment shall be prepaid and made at the Contractor's expense. The Government will unload parts from the Contractor's delivery truck, with all other shipping and handling costs to be borne by the Contractor. The Contractor shall notify the Lockmaster at least the day before the date on which he expects to make delivery. Delivery shall be between the hours of 8:00 A.M. and 3:00 P.M. Monday thru Friday, except on Government holidays. Any delivery arriving after 3:00 P.M. will not be serviced by Government personnel until the next work period as designated above. vi) Delivery date is 15 November 2011. vii) Provision 52.212-1, Instructions to Offerors-Commercial apples to this acquisition (see below and attached). viii) Provision 52.212-2, Evaluation-Commercial Items applies to this acquisition: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Evaluation of Proposals (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Quotes shall be evaluated IAW FAR Part 13 - Simplified Acquisition Procedures. Quotations will be evaluated using simplified acquisition procedures of FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Award will be made to the lowest priced technically acceptable quote. The following factors will be used to evaluate offers: (i) Technical capability of the offeror to provide items that meet the government's requirement. To be considered for evaluation, all Contractors may submit an electronic proposal to the following email addresses no later than the stated due date and time. Submit an electronic proposal to Shannon.l.matthews@usace.army.mil.You may also deliver hand carried offers to 180 5th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date. Submission of proposals via fax will not be accepted. Late Quotes Proposals that are received late in accordance with FAR 52.212-1(f) will not be considered for award. Late quotes will be considered late. Addendum to 52.212-1(b)(5) Terms of Express Warranty 1. The Contractor shall provide the standard commercial warranty or the warranty terms the Contractor offers to its most favorable customers, whichever is greater; however, the minimum warranty shall be one year. This excludes acts of Government negligence, acts of war and acts of nature. Any warranty offered shall be incorporated into the contract. The warranty shall include all parts, labor, transportation, and installation. 2. The contractor shall ensure each warranty includes details of the warranty duration and warranty coverage. Repairs required during the warranty period that are covered under the terms of the express warranty shall be the responsibility of the contractor providing the warranty. The Contractor and its suppliers may offer extended warranties in its quote, which may be accepted at the Government's discretion and included in the contract award. However, the offer of additional warranties will not affect technical acceptability or favor one contractor over another. 3. The contractor's terms of express warranty shall be incorporated into the contract award. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) ix) Offerors must submit with their offer a completed clause 52.212-3, Offeror Representations and Certifications or indicate current registration with the online representations and certifications application (ORCA). Clause 52.212-3 may be found in the attached document or at http://farsite.hill.af.mil/. x) Clause 52.212-4, Contract Terms and Conditions-Commercial applies to this acquisition. xi) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, the following FAR clauses cited in the 52.212-5 are applicable: 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21 52.222-26, 52.223-18, 52.225-13, 52.232-33, 52.247-34, 52.252-1, 52.252-2, DFARS 252.212-7001, 252.232-7010, 252.243-7001- see full clause below xii) Offers are due - not later than 22 July 2011 at 10 am CST. INSTRUCTIONS TO OFFERORS To assure timely and equitable evaluation of quotes, contractors must follow the instructions contained herein. The quote must be complete, self sufficient, and respond directly to the requirements of this solicitation. Quoters are encouraged to ask any questions regarding this solicitation. Technical related questions will be accepted up to 72 hours prior to the close of the solicitation. This requirement is for the acquisition of commercial items and/or services. Submit an electronic proposal to Shannon.l.matthews@usace.army.mil. You may also deliver hand carried offers to 180 5th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date stated above. Quote Preparation Instructions NOTE: All Contractor quotes with company identifying information (name, logo, stamp, etc...) shall be limited to the cover page only on all submitted information, including technical submittals and schedules provided with the quote. 1. Contractors shall complete blocks 12 (if applicable), 17a, 30a, 30b, and 30c on page 1 of the SF 1449 or submit alternate document(s) containing comparable information sufficient to allow for a determination of technical sufficiency and price acceptability. In doing so, the contractor accedes to the contract terms and conditions as written in the Solicitation, with attachments. 2. Contractors shall insert proposed unit ("UNIT PRICE") and extended prices ("AMOUNT") in Pricing Schedule. Please note that a price must be entered on all CLINS as partial quotations will not be accepted. 3. Offerors shall complete the fill-ins and certifications in the provisions as necessary. Specifically, the provision FAR 52.212-3 shall be returned with the proposal or acknowledge that Annual Representation and Certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 4. Quoters shall provide all technical submittals and information as requested in these specific instructions. 5. Provide detailed warranty information in accordance with Addendum to 52.212-1(b)(5) in these specific instructions. 6. Prior to award contractor must be registered with the Central Contractor Registration (CCR) database at http://www.ccr.gov. 7. The U.S. Army Corps of Engineers, as part of the Federal Government, is tax exempt. Federal Tax ID#62-1642142. Electronic Quote Format All quote information shall be provided on, or formatted to, standard paper size. Electronic proposals provided via e-mail shall be submitted in Microsoft Word or Excel format or Adobe Acrobat (.pdf) as applicable. WINZIP (.zip) files cannot be accepted as they are routinely blocked by the domain firewall. It may be necessary to send multiple emails to keep the e-mail within the firewall size of 8MB. Quotes sent in multiple e-mails shall be numbered to include the total sent, for example "E-mail 2 of 6." For any questions regarding this solicitation, e-mail is the preferred method. E-mail questions to, Shannon.l.matthews@usace.army.mil. See attached document for further explanation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-11-T-0071/listing.html)
 
Place of Performance
Address: USACE District, St. Paul Contracting Division CEMVP-CT, 180 East Fifth Street St. Paul MN
Zip Code: 55101-1678
 
Record
SN02496171-W 20110714/110712235035-90531218a52ba1b653f1f18417e82a97 (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.