Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2011 FBO #3522
MODIFICATION

99 -- Wanted: Bubble Piping for the US Army Corps of Engineers Lock and Dam 7 in La Crescent, MN.

Notice Date
7/15/2011
 
Notice Type
Modification/Amendment
 
NAICS
331210 — Iron and Steel Pipe and Tube Manufacturing from Purchased Steel
 
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-0068
 
Response Due
7/22/2011
 
Archive Date
9/20/2011
 
Point of Contact
Shannon Matthews, 651-290-5304
 
E-Mail Address
USACE District, St. Paul
(shannon.matthews1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
i) 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. ii) Solicitation Number: W912ES-11-T-0068, this is being issued as a request for quotes (RFQ). Quotes are due no later than 22 July 2011 at 10 am. CDT. iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. iv) This procurement will be set-aside for small business concerns under NAICS code 331210, Size Standard 1000. v) Requirements are defined as follows: Item Description Quantity Unit Unit Price Amount BASIC ITEMS 1 Pipe, Schedule 10, 304 Stainless Steel 1A 2 inch diameter pipe with holes As shown in attached sketch (gate bubbler pipe) 240 LF $_____ $_______ 1B 2.5 inch diameter pipe with holes as shown in attached sketch (screen and recess bubbler pipe) 452 LF $_____ $________ 1C 2 inch diameter pipe without holes (for quoin and gate bubbler supply) 140 LF $_____ $________ 1D 2.5 inch diameter pipe without holes (note as Schedule 10) 80 LF $_____ $________ 1E 3 inch diameter pipe without holes (note as Schedule 10) 160 LF $_____ $________ 2 Pipe, Schedule 40, 304 Stainless Steel 2A 2 inch diameter for gate bubbler supply 80 LF $_____ $________ 2B 2.5 inch diameter for recess bubbler supply 100 LF $_____ $________ 2C 3 inch diameter for crossover and screen supply 100 LF $_____ $________ 3 Couplings, 316 Stainless Steel 3A 2 inch diameter 80 EA $_____ $________ 3B 2.5 inch diameter 80 EA $_____ $________ 3C 3 inch diameter 80 EA $_____ $________ 4 Elbows, 45 degree, Schedule 10, 316 Stainless Steel 4A 2 inch diameter 8 EA $_____ $________ 4B 2.5 inch diameter 8 EA $_____ $________ 4C 3 inch diameter 8 EA $_____ $________ 5 Elbows, 90 Degree, Schedule 10, 316 Stainless Steel 5A 2 inch diameter 16 EA $_____ $________ 5B 2.5 inch diameter 16 EA $_____ $________ 5C 3 inch diameter 16 EA $______ $________ 6 Tees, Schedule 10, 316 stainless steel 6A 3 inch Diameter 4 EA $_____ $________ 7 Caps, Schedule 10, 316 Stainless Steel 7A 2 inch diameter with holes (quoin bubbler) 4 EA $_____ $________ 7B 2 inch diameter 10 EA $_____ $________ 7C 2.5 inch diameter 10 EA $_____ $________ 7D 3 inch diameter 10 EA $_____ $________ 8 Reducers, Schedule 10, 316 Stainless Steel 8A 3 inch x 2 1/2 inch (screen bubbler) 6 EA $_____ $________ 9 Off Set Clamps, 316 Stainless Steel 9A 2 inch diameter 30 EA $_______ $________ 9B 2.5 inch diameter 100 EA $______ $________ 9C 3 inch diameter 100 EA $_______ $________ 10 Expansion Anchors, 316 Stainless Steel, inch x 6.5 inch 525 EA $_______ $________ 11 U-Bolts, 316 Stainless Steel, for 2 inch pipe, including spacers, washers, and nuts 100 EA $_______ $________ 12 Threadolets, 304 Stainless Steel, inch outlet, 2.5 inch to 2 inch pipe run, 3000# welded over drilled holes (includes spares) 140 EA $_____ $________ 13 Pipe Nipples, 304 Stainless Steel, inch x 3", Schedule 40, one end threaded, one end plain attached at factory and factory banded to rubber check valves 200 EA $_____ $________ 14 Low pressure (Air Blowers) Rubber Check Valves for inch, Schedule 40 stainless steel pipe factory banded to pipe nipple with 316 stainless steel clamp 120 EA $_____ $________ 15 High pressure (Air Compressor) Rubber Check Valves for inch, Schedule 40 stainless steel pipe factory banded to pipe nipple with 316 stainless steel clamp 60 EA $_____ $________ 16 Air Hose with schedule 40, 316 stainless steel cut groove ends 16A 3 inch diameter x 12 feet long 4 EA $______ $________ TOTAL ESTIMATED AMOUNT $________ LOCK 7 DEWATERING SUPPLY CONTRACT BUBBLER PIPING PART I DESCRIPTION/SPECIFICATION 1.0 SCOPE. This section covers work necessary to supply stainless steel pipe, fittings, couplings, and rubber check valves for the air bubbler system at Lock and Dam #7. 2.0 APPLICABLE PUBLICATIONS. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by basic designation only. The latest version of the publications shall be utilized. 2.1 American National Standard Institute (ANSI). B36.19M Stainless Steel Pipe. 2.2 American Society for Testing and Materials (ASTM). A47 Standard Specification for Ferritic, Malleable, Iron Castings. A276 Stainless Steel Bars and Shapes. A312 Seamless and Welded Austenitic Stainless Steel Pipe. D2000 Standard Specification System for Rubber Products in Automotive Applications. F593Standard Specification for Stainless Steel Bolts F594Standard Specification for Stainless Steel Nuts 3.0 GENERAL. Descriptions, sizes, and quantities of the required contract supply work items shall be as specified herein and in accordance with the attached sketches. 4.0 SUBMITTALS. The Contractor shall submit shop drawings of all required piping components, fittings, hoses, rubber check valves, and supports. Shop drawings shall be submitted within 30 days after notice to proceed. The Government will review shop drawings and provide comments and/or approval. Any review comments and/or approval will be provided within 10 days of shop drawing receipt. The Contractor shall provide revised shop drawings (incorporating comment changes) within 10 days from receiving comments. No piping or fittings or other components shall be shipped without approved shop drawings. The shop drawings shall clearly show the material and sizes proposed for all components. 4.1 Samples. A sample/prototype of the proposed rubber check valves and pipe nipple shall be submitted for approval. 5.0 MATERIALS. 5.1 Pipe. Bubbler pipe shall be stainless steel, Schedule 10 or Schedule 40, as indicated in the bid schedule and shown in the drawing attachment (sketch). Schedule 10 or Schedule 40 pipe shall be stainless steel, full annealed, pickled and passivated, ASTM A312, TP304 or TP304L "as welded" grade. All pipe diameters and wall thicknesses shall conform to those shown for customary units in ANSI/ASME B36.19M. Except where shown on the drawings, all pipe shall be supplied in random 20 foot lengths (20+2 feet) with both ends factory roll grooved. The total footage shall not be less than what is shown on bid schedule. Pipe shall be furnished with holes where required. The hole spacings and pipe length shall be accurate to + 1/2 inch and the hole diameters shall be accurate to + 0.010 inches. The holes shall be smooth and free from burrs or extrusions on both inside and outside surfaces. The center lines of all holes shall be within 10o of each other. Thread-O-Lets shall be factory welded over the pipe holes. 5.1.1 Pipe Marking. Piping shall be inscribed as schedule 10 or schedule 40. Piping shall be clearly marked and scribed on both ends as shown in the attached sketches (Label the pipe as Mark A or Mark B or M or Q). This will allow assembly of the piping at the lock site. Pipe marking or lettering shall be at least 1-1/2 inches in height and clearly legible. All pipe shall be clearly marked for its intended location. Pipe shall be inscribed with screen bubbler, recess bubbler, gate bubbler, etc. Lettering shall be minimum 1-1/2 inches in height. 5.2 Pipe Couplings and Fittings. All pipe couplings and fittings shall be compatible with one another and shall be ready for installation without need for further preparation or modifications. Couplings and fittings shall be compatible with Schedule 10 or 40 piping. All fittings shall be Schedule 10, Type 316 stainless steel with roll grooved ends. 5.2.1 Couplings shall be of the same style and manufacturer, Victaulic Style 77 standard coupling as manufactured by Victaulic Company of America, Easton, Pennsylvania or Gustin Bacon #100 manufactured by Tyler Pipe, Tyler, Texas or approved equal. Housing shall be Type 316 stainless steel conforming to ASTM A47 & A276 and shall have no more than two (2) fasteners. All fasteners shall be 316 stainless steel track head type bolts with 316 stainless steel hexagonal nuts and lock washers, and shall be adjustable with a single tool, without need to restrain rotating components. Coupling gasket shall be Victaulic or equal, Nitrile (Buna N), per ASTM D 2000. Coupling shall have an internal pressure rating of 500 psig for Sch. 10 and 750 psig for Sch. 40. The coupling design shall permit removal of pipe sections by loosening and sliding the couplings and gaskets away from the joints without the need for complete disassembly. All fasteners shall be accessible from a single transverse direction. 5.2.2 90o elbows shall be Victaulic No. 10, Gustin Bacon No. 20, or approved equal. 45o elbows shall be Victaulic No. 11, Gustin Bacon No. 21, or approved equal. All elbows shall be Schedule 10, Type 316 stainless steel. Elbows shall be compatible with the supplied pipe couplings. 5.2.3 Tees supplied shall be Victaulic No. 20, Gustin Bacon No. 30, or approved equal. All tees shall be Schedule 10, Type 316 stainless steel. Tees shall be compatible with the supplied pipe couplings. 5.2.4 Caps shall be Victaulic No. 60, Gustin Bacon No. 70, or approved equal. Caps shall be drilled and/or tapped as shown on the attached sketches. Caps shall be made from Type 316 stainless steel and compatible with the supplied pipe couplings. 5.2.5 Reducers shall be Victaulic No. 50, Gustin Bacon No.60 or approved equal. Sizes and quantities shall be as shown on the bid schedule. Reducers shall be Schedule 10, Type 316 stainless steel. Reducers shall be compatible with the supplied pipe couplings. 5.3 Pipe Supports, Anchors, and Guides. 5.3.1 Offset Clamps. All offset clamps shall be ASTM A276 Type 316 stainless steel, Grinnel Co. Figure 103, Gulf State Hanger #88A, or approved equal. The center to center dimension of the clamp mounting holes shall not be greater than 12 7/8" for the 3" clamps and 11 3/4" for the 2 1/2" clamps. The mounting holes shall be 5/8" diameter +0.030"/ 0.00" for all 2", 2 1/2", and 3" clamps. 5.3.2 U Bolts and Spacers. All U bolts, nuts, and lock washers shall be ASTM A276 Type 316 stainless steel. U bolts shall match the pipe sizes indicated on the bid schedule. Each U bolt shall be provided with 4 hex nuts and 2 lock washers and spacer bar. Spacer bars shall be rectangular and 1 inch thick and drilled to match the U-bolt spacing. Spacer bars shall be Type 316 stainless steel. The number of spacers shall match the number of U-bolts. The U-bolts, nuts, and spacers shall be assembled, shipped, and packaged together. 5.3.3 Expansion Anchors. All concrete expansion anchors shall be cinch type, ASTM A276 Type 316 stainless steel, conforming to Fed. Spec. FF S 325, Group II, Type 4, Class 1. Hole size shall be the bolt hole size and Type 316 stainless steel nuts and washers shall be provided. Lock washers shall be supplied with the expansion anchors in place of plain washers. Corresponding sizes and lengths shall be as follows: Anchor Size Length 1/2 in. 6 1/2 in. 5.4 Air Hoses. The air hoses supplied shall be designed for mining and construction as manufactured by Goodyear or equal. Hose shall be Goodyear Heavy Duty Explorer Plus, Titan SS110, or equal. The hose sections shall be designed for cold weather application and shall be flexible in temperatures to minus 40 degrees F. No PVC covers shall be allowed. The hose sections can be conductive. Hose shall have an oil resistant neoprene tube that handles working pressures up to 250 psig. Hose ends shall be 316 stainless steel, Victaulic or equal, groove shank types along with (and fastened to the hose) permanently pressed on 316 stainless steel ferrules. Hose lengths as listed on the bid schedule, measured from end to end. 5.5 Thread-o-lets. Thread-o-lets shall be 304 stainless steel, 3000#, and designed for welding on 2-1/2 inch to 2 inch pipe run. Thread-o-lets shall have inch NPT outlet. Contractor shall factory weld thread-o-lets onto the bubbler pipe as indicated. Welders shall be AWS certified. Thread-o-lets shall be centered over each drilled hole. 5.6 Pipe nipples shall be schedule 40, Type 316 stainless steel, with one end threaded and one end plain. Pipe nipples shall be inch by 3 inch. Pipe nipples shall be factory banded to the rubber check valves. Spare pipe nipples are provided so the quantity does not match exactly with the number of Thread-O-Lets. 5.7 Rubber Check Valves. The contractor shall provide a prototype (both low and high pressure) for approval before manufacturing the quantities indicated on the bid schedule. Rubber check valves shall be similar to Red Valve Air Diffuser Check Valves manufactured specifically for lock and dam applications. The check valves shall be capable of discharging air at the design conditions and also prevent the backflow of liquid and debris into the unit and air distribution piping. High Pressure check valves shall be fabricated from fabric reinforced, vulcanized, Buna Nitrile elastomer. Low Pressure valves shall be fabricated from compression molded Buna Nitrile elastomer. Both low pressure and high pressure valves shall be provided under this contract. The high pressure and low pressure valves shall be shipped separately and clearly labeled. 5.7.1 Low pressure check valve shall open with approximately psig air pressure. There are more check valves supplied then drilled holes since a number of spare valves are included. The number of valves required is shown on the bid schedule. High pressure rubber check valves shall be suitable for compressed air application up to 100 psig. Low pressure valves shall be all Buna-N construction and a "duck bill" type design with enough resiliency to open by hand. The rubber check valve shall be factory banded to a Type 316 stainless steel pipe nipple. Pipe nipples shall be inch size as indicated above and threaded on both ends. Rubber check valves shall utilize an interference fit over the " pipe nipples. A " pipe nipple has an outside diameter of 0.840 inches. The factory-banded clamp shall also be Type 316 stainless steel. The actual amount of interference between the rubber check valve and the pipe nipple shall be coordinated with the Government at the shop drawing review stage and as part of the submittal sample. Positive differential pressure shall open the valves. Reverse pressure on the outside of the valve shall seal the valve preventing any backflow. 5.7.3 The assemblies used for the basis of design are manufactured by Tideflex Technologies (A Division of Red Valve Company, Inc., Carnegie, PA) and have the following part numbers; a. High Pressure Sparger Assembly TFAR-005-0025-3H41 b. Low Pressure Sparger Assembly TFA-007-0025-3-41 5.7.4 Design Parameters. The following design parameters shall be applicable to the two system operating types. a. High Pressure System operating pressure 100 psig. b. Low Pressure System operating pressure 20 psig. c. High Pressure unit maximum headloss 30 inches of H20. d. Low Pressure unit maximum headloss 9 inches of H20. 5.7.5Submittal Requirements. The manufacturer shall include the following documents for review and approval. a. Dimensional drawings. b. Certified flow versus headloss curves. c. Product sheet for the banding/adjustable clamp showing material grade, dimensions and torque capacity. 6.0 PACKAGING AND MARKING. Pipe ends shall be bundled with steel bands and pipe ends shall be protected from damage. Pipe fittings, supports, and anchor bolts shall be properly packaged using cardboard boxes to assure protection from damage in transit. Cardboard boxes shall be marked and tagged to clearly identify contents. 7.0 INSPECTION AND ACCEPTANCE. The Contractor shall notify the Government by phone 5 calendar days in advance of date of shipment. As soon as practicable following delivery, the shipment will be inspected by a Government representative. Work will be accepted, if upon inspection, it is found to be in full compliance with the contract requirements. 8.0 DELIVERY. All piping, fittings, and components shall be delivered by November 15th, 2011. All transportation charges shall be included. Shipment shall be made to: US Army Corps of Engineers Mississippi River Lock and Dam 7 LaCrescent, MN 55947-9538 Telephone: 507-895-2170 Lockmaster: Rojean LaSeure 8.1 Government personnel will provide necessary assistance for unloading during the hours of 8:00 AM to 4:00 PM, except on Government holidays. vi) FAR 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. 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. vii) FAR 52.212-2, Evaluation - Commercial Items does apply to this solicitation. 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. 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. (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) viii) 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/. ix) Clause 52.212-4, Contract Terms and Conditions-Commercial applies to this acquisition. x) 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: 52.222-3, 52.222-19, 52.222-21 52.222-26, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33, DFARS 252.212-7001, 252.232-7003, 252.247-7023, xiii) Other applicable clauses, 52.225-18, 52.225-25, 52.247-34, 52.252-1, 52.252-2, 252.203-7002, 252.204-7004 Alt A, 252.232-7010, 252.243-7001 xiv) Defense Priorities and Allocations System (DPAS) - not applicable. xv) Offers are due - not later than 22 July 2011 at 10am CDT. xvi) 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-0068/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
SN02500201-W 20110717/110715235024-38884b1e11f7cf79e05482f659ae7815 (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.