Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2012 FBO #3851
SOLICITATION NOTICE

40 -- Wire Rope, 3/8" diameter; galvanized 3 X 19 improved plow steel

Notice Date
6/8/2012
 
Notice Type
Presolicitation
 
NAICS
332618 — Other Fabricated Wire Product Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
RA133R12RQ0524
 
Archive Date
7/13/2012
 
Point of Contact
Sue Bratton, Phone: 303-497-4973
 
E-Mail Address
Sue.Bratton@noaa.gov
(Sue.Bratton@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NOAA's Pacific Marine Environmental Laboratory (PMEL) has a requirement for Wire Rope, 3/8" diameter; galvanized 3 X 19 improved plow steel. The specialty rope is a 3/8" galvanized 3X19 improved plow steel of low rotation construction with a minimum breaking strength of 12,500 pounds. The wire rope must meet the following minimum specifications: 1. Wire Rope shall be 3/8" diameter; galvanized 3 X 19 improved plow steel. 2. Wire rope shall be of low rotation construction. 3. Wire shall have a watertight polypropylene jacket with outside diameter of 0.5", +0.016"-0.012" 4. Wire shall be impregnated with plastic so that the three strands are locked in plastic. 5. Wire rope shall be centered in plastic jacket with maximum off-center tolerance of 0.016". 6. Wire rope shall have a minimum breaking strength of 12,500 pounds. 7. Wire will be ordered and shall be delivered in lengths that are multiples of 715 meters. A variation of plus 1% or minus 0% is allowable. One length per reel. 8. Wire shall be provided on heavy-duty wooden reels. Specifications follow: • Size: 30"x23"x12" • Reel drive pinhole 1" diameter, 5" from center, both sides • Reel head 5/4" boards, 2 ply, (actual head thickness, 2") with wood laid perpendicular to each other and securely nailed. Nail heads shall be countersunk below the surface of the wood. • Headboards shall have hole of 3"' diameter. • Barrel shall have ¾" thick wood staves mortised into reel head. • Reel shall be assembled with three or four 3/8" diameter steel bolts having cup washers on each end. Bolt shall be trimmed flush with nut. • Reels must be Heat Treated and so marked to meet international shipping standards. A single award may be made for an Indefinite-Delivery, Indefinite-Quantity (IDIQ) type contract in which individual delivery orders will be issued for a specified number of reels. All orders will be will be shipped FOB Destination. Award will be made for a one-year base period and one additional one-year option period, with two one-year option periods. This procurement is a 100% small business set-aside. The NAICS code for this procurement is 331222 and the size standard is 500 employees. All responsible and fully responsive sources may submit a proposal which will be considered by the Agency. Any resulting contract will be awarded as an Indefinite-Delivery, Indefinite-Quantity contract. Solicitation documents will be made available for download on or around June 29, 2012 at http://www.fedbizopps.gov/. Paper copies of this solicitation will not be issued. Interested parties should use the FedBizOpps [Add To Watchlist] and [Add Me To Interested Vendors] features which provide a notification when the RFP becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential offeror is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only at http://www.fedbizopps.gov/. All vendors doing business with the Government are required to be registered with the Central Contractor Registry (CCR). NO award can be made unless the vendor 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 also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at http://fedgov.dnb.com/webform or by phone at (866) 705-5711. This procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ and file veteran employment reports at http://www.dol.gov/vets/programs/fcp/main.htm. Any questions regarding this solicitation must be submitted in writing via e-mail to the Contract Specialist, Sue Bratton at sue.bratton@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA133R12RQ0524/listing.html)
 
Place of Performance
Address: Pacific Marine Environmental Labs, 7600 Sand Point Way, Seattle, Washington, 98115, United States
Zip Code: 98115
 
Record
SN02770917-W 20120610/120608235608-34d7110454ebba2e1626b12ca770818e (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.