Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOLICITATION NOTICE

22 -- Lock 7 Tow Haulage Rail Clips

Notice Date
7/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product 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-14-T-0109
 
Response Due
7/31/2014
 
Archive Date
9/22/2014
 
Point of Contact
Jesse Onkka, 6512905444
 
E-Mail Address
USACE District, St. Paul
(jesse.l.onkka@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Lock 7 Tow Haulage Rail Clip Retrofit SCOPE OF WORK 1. GENERAL. The Contractor is responsible for supplying all plant, labor, and material required to fabricate and deliver the specified quantity of tow haulage rail clip plates and rail splice clips detailed in the attached drawing to Lock and Dam 7. 2.MATERIAL. All steel plate material shall conform to ASTM A572 Grade 50. 3. QUALITY CONTROL OF FABRICATED PARTS. The contractor is responsible for developing a quality control plan and implementing all necessary procedures to ensure all completed parts conform to the requirements defined in this scope of work. 4. MACHINE WORK. a. Dimensional Tolerances. Dimensions shall be measured by a calibrated steel tape of approximately the same temperature as the material being measured, or by use of a vernier caliper or micrometer as appropriate for the part being measured. The following general tolerances apply unless tolerances are specifically indicated: Members where dimension affects other tolerances: Both ends milled: +/- 1/32 inch Without milled ends: +/- 1/16 inch Machine Work: Machine-finished surfaces designated by non-decimal dimensions shall be within 1/64 inch. 5. COATING SYSTEM. a. Submit Paint system manufacturer's product data sheet for each type of paint used; for products that are specified to be applied in accordance with the manufacturer's recommendations, submit the paint manufacturer's product data sheet or other written instructions for those products. b. Shop Cleaning and Painting Surface Preparation Blast clean surfaces in accordance with SSPC SP 5/NACE No. 1. The blast profile shall be 1.5 to 2.5 mils as measured by ASTM D4417, Method C. Appropriate abrasive blast media shall be used to produce the desired surface profile and to give an angular anchor tooth pattern. If recycled blast media is used, an appropriate particle size distribution shall be maintained so that the specified profile is consistently obtained. Steel shot or other abrasives that do not produce an angular profile shall not be used. Weld spatter not dislodged by blasting shall be removed with impact or grinding tools and the areas reblasted prior to painting. Surfaces shall be dry at the time of blasting. Wash cleaned surfaces which become contaminated with rust, dirt, oil, grease, or other contaminants with solvents until thoroughly clean. c. Coating System for Fabricated Tow Haulage Rail Clip Assembly Coating system number 23-C-Z shall be applied to the fabricated tow haulage rail clip assembly, except that the surface preparation shall be white metal blast cleaning. The coating system shall be applied according to the manufacturer's written instructions by the Contractor's painting facility. It shall be a 3-coat system. All materials shall be procured from the same coating manufacturer. The individual paints comprising the system shall have been tested and passed all the requirements of the applicable SSPC standards. SSPC Paint 36 shall be qualified to Accelerated Weathering Level 3 and shall be a semigloss urethane in a gray color that approximates color number 26231 of FED-STD-595. Application shall be by spray in accordance with the manufacturer's written instructions. Dry film thickness per coat shall be that recommended by the manufacturer. Application of the system in less than three coats shall not be accepted. The coatings shall be mixed and thinned in accordance with the manufacturers written directions. Coating material that has exceeded the manufacturer's pot life shall not be applied. Materials that have thickened appreciably shall not be applied. The manufacturer's recommendations for minimum and maximum dry time between coats shall be met. Areas of bubbling noted upon curing of any individual coat shall be removed by sanding or screening. The edges of the repaired areas shall be feathered and the coat reapplied to the repaired areas before a subsequent coat is applied. SURFACE PREPARATIONFIRST COATSECOND COATTHIRD COAT WHITE METAL BLAST CLEANINGSSPC PAINT 40 TYPE IISSPC PAINT 36 FINISH COLOR: GREYSSPC PAINT 36 FINISH COLOR: GREY AS NECESSARY FOR COMPLETE HIDING d. COATING INSPECTION: Any apparent deviation from the specified requirements or any out of tolerance condition shall be immediately reported to the Contracting Officer for determination of corrective action. The Contractor shall submit coating inspection reports. Coating Inspection Forms shall be submitted to the Contracting Officer prior to delivery of the coated work to the job site. 6. RAIL CLIP PLATE QUANTITY. 360 rail clips are required to be fabricated as detailed in the attached drawing and delivered to Lock and Dam 7 under this contract. 7. RAIL SPLICE CLIPS. a. Government Provided Die. The government shall deliver an appropriate length of the rail section that the Contractor will use to form the rail splice clips around as shown in the attached drawing. The rail segment will be delivered to the Contractor's facility within five business days of contract award. The rail segment will in turn be returned to Lock 7 as part of the rail clip and rail splice clip delivery. 8. RAIL SPLICE CLIP QUANTITY. 30 rail splice clips are required to be fabricated and delivered to Lock and Dam 7 under this contract. 9. RAIL CLIP PLATE PROTOTYPE. The rail clip plates are intended to fit an existing base plate. It is critical that the short slotted holes are positioned to fit the threaded rods welded to the existing base plates. A sample base plate will be provided to the contractor within five business days of contract award for use in test fitting in the shop by the contractor. The sample base plate shall be returned to the government at the completion of the contract. Four unpainted sample rail clip plates shall be provided to the government for test fitting at Lock 7 to ensure all dimensions are compatible with the existing base plate assembly components. Government approval of the prototype rail clip plates is required prior commencing fabrication of the quantity of rail clip plates specified in this scope of work. 10. SCHEDULE. The Contractor is required to fabricate and deliver all required rail clips and rail splice clips to Lock and Dam 7 no later than 45 calendar days after contract award. 11. GOVERNMENT TECHNICAL POINT OF CONTACT. The technical point of contact for this scope of work is: Mr. Jim Ulrick U.S. Army Corps of Engineers St. Paul District 180 5th Street East St. Paul, MN 55101 651.290.5639 James.R.Ulrick@usace.army.mil 12. COORDINATION. The Contractor shall coordinate delivery with the lockmaster at least three working days prior to the scheduled delivery. Delivery of the rail clips will not be accepted on Federal Holidays, Saturdays, or Sundays. Also, deliveries will not be acceptable before 0800 or after 1700 hours. 13. LOCK 7 LOCKMASTER CONTACT INOFORMATION. Ms. Delene (D.J.) Moser 507.895.2170 14. DELIVERY ADDRESS. U.S. Army Corps of Engineers St. Paul District Lock and Dam No. 7 Route 2, Box 51 La Crescent, MN 55947 Note that Lock and Dam 7 is located 2.5 miles north of La Crescent, Minnesota. 15. SUBMITTALS. All submittals will be provided to the Government Technical Point of Contact listed above. All submittals indicated as requiring Government Approval (GA) shall be allowed five business days for review and approval. unless noted otherwise. Disapproved submittals requiring government approval shall be corrected and re-submitted for approval. Submittal requirements are listed below: a. Mill Certifications- Documentation listing manufacturer, date and place of manufacture, heat number, chemical composition, and physical properties including yield and ultimate strengths showing compliance with ASTM A 572, shall be submitted no later than 14 calendar days after contract award for Government Approval (GA). b. Paint Product Data Sheets - The product data sheets as listed above shall be submitted no later than 14 days after contract award for Government Approval - (GA). c. Painting Test Reports - Paint test reports shall include documentation of the blast profile achieved for a minimum of 10% of the quantity of parts painted. The environmental conditions present during blasting and painting shall be documented and reported. Dry film thickness for each component of the paint system shall be measured and documented for a minimum of 15% of the parts painted. If any dry film thickness deficiencies are found, they shall be repainted and re-tested at no expense to the Government. The manufacturer's recommended environmental limits for blasting and painting as well as recommended dry film thickness shall be presented for reference on the painting test report for comparison to measured values. Painting test reports shall be submitted to the Government Technical POC at least five business days prior to delivery. The Contracting Officer reserves the right to require additional testing if deficiencies are found when testing the first 10% of the parts sandblasted, or the first 15% of parts painted. If additional testing is determined necessary by the Contracting Officer due to non-compliance with this scope of work, all costs associated with the additional testing will be borne by the Contractor. Painting test reports are for Government Approval - (GA). d. Schedule - The Contractor shall submit a schedule showing the duration of each major work activity, who performs the activity (Contractor or the name of the sub-Contractor), their logic, and the critical path. All calendar dates associated with beginning and finishing activities shall be clearly stated. The schedule shall be submitted for information only- (FIO). e. Name and qualifications of the Painting Inspector. The Contractor shall submit the name and a brief resume outlining the painting inspector's qualifications and training within 14 calendar days of contract award. As a minimum, the painting inspector shall demonstrate experience inspecting similar paint systems on three projects in the past five years. The paint inspector's resume is an information only (FIO) submittal. f. Rail Clip Plate Prototypes. The sample rail clip plates shall be delivered to Lock and Dam 7 for test fitting by the government. Three business days shall be allowed for the government to evaluate the fitment of the test pieces provided. If the test pieces are determined not to fit to the satisfaction of the Contracting Officer the contractor shall make all necessary adjustments and provide two more additional sample pieces for government evaluation and testing at no additional cost. Any prototype rail clip plates provided shall not be included in the quantity required in paragraph 6. The rail clip prototypes shall be submitted for Government Approval - (GA). g. Quality Control Plan. The contractor shall submit a written plan describing all procedures that will be implemented and followed to ensure all parts provided meet the requirements of this scope of work. The quality control plan shall be submitted for information only - (FIO). Attachments to this Scope of Work: 1 - Drawing S-102R, Lock and Dam 7 Tow Haulage Retrofit
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-14-T-0109/listing.html)
 
Record
SN03436167-W 20140726/140724234814-6979c08b2917923feaf27a5b3b047a29 (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.