SOLICITATION NOTICE
36 -- FABRICATION OF ALUMINUM TOWERS AND STAINLESS STEEL BRIDLES FOR WEATHER BUOYS
- Notice Date
- 3/2/2018
- Notice Type
- Presolicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal 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
- RA133R18RQ0226
- Archive Date
- 4/6/2018
- Point of Contact
- Mark Caban, Phone: 303-497-6875
- E-Mail Address
-
mark.caban@noaa.gov
(mark.caban@noaa.gov)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- PROJECT TITLE: Acquisition of Tropical-Flexible and low-cost electronics (TFLEX) Towers and Autonomous Temperature Line Acquisition System (ATLAS) Bridles. LOCATION OF WORK: Delivery of equipment to Pacific Marine Environmental Laboratory, Seattle, Washington NAICS CODE: The NAICS code for this requirement is 332999 All Other Miscellaneous Fabricated Metal Product Manufacturing, Small Business Size Standard 750 employees. SET-ASIDE STATUS: Women Owned Small Business DESCRIPTION: NOAA's Pacific Marine Environmental Laboratory (PMEL) has a requirement for Tropical-Flexible and low-cost electronics (TFLEX) Towers and Autonomous Temperature Line Acquisition System (ATLAS) Bridles. The following specifications shall apply: TFLEX Towers: 1. Provide fully assembled aluminum TFLEX Towers to PMEL Seattle, WA as specified below. 2. All welding of tower components shall be done while attached to government furnished alignment jig. Two jigs will be supplied. Each jig will support one tower during assembly. Vendor will pay cost of shipping jigs to and from PMEL Seattle, WA. Weight is approximately 300 pounds per pair. 3. The single bolt hole in each of the three tower feet must be bolted to the appropriate hole in the alignment jig using 1" diameter bolts tightened to a torque of approximately 90 ft/lbs. The feet shall remain so attached during the assembly and welding of ALL components of the tower structure. This method assures the alignment of the towers to existing buoys that were built on identical jigs. Drilling of oversized holes, bending of components, etc, shall not be an acceptable method of adjusting a tower to fit on a government owned jig. TOWERS THAT DO NOT FIT ON THE GOVERNMENT OWNED JIGS LOCATED AT PMEL WILL BE REJECTED. 4. Towers shall be made entirely of type 6061-T6 aluminum with the exception of the Top Ring that may be made of 6063-T6 aluminum at the vendor's discretion. All welding shall be done with filler rod 5356 aluminum, be free of voids, and conform to AWS D2.1 current standard. ATLAS Bridles: 5. Provide all fully assembled stainless steel bridles as specified below and on drawings that will be available with the solicitation. 6. All welding of bridle components shall be done while attached to government furnished alignment jig. Two jigs will be supplied. Each jig will support one bridle during assembly. Vendor will pay cost of shipping jigs to and from PMEL Seattle, WA. Total weight per jig pair is 656 pounds. 7. The single bolt hole in each of the three bridle feet must be bolted to the appropriate hole in the alignment jig using 1" diameter bolts tightened to a torque of approximately 90 ft/lbs. 8. The feet shall remain so attached during the assembly and welding of ALL components of the bridle structure. This method assures the alignment of the bridles to existing buoys that were built on identical jigs. Drilling of oversized holes, bending of components, etc, shall not be an acceptable method of adjusting a bridle to fit on a government owned jig. 9. BRIDLES THAT DO NOT FIT ON THE GOVERNMENT OWNED JIGS LOCATED AT PMEL WILL BE REJECTED. 10. Bridles shall be made entirely of type 316 stainless steel. All welding shall be done with filler rod 316L, and be free of voids. MINIMUM/MAXIMUM QUANTITIES The Government estimates placing orders totaling a 1-15 TFLEX Towers, 1-10 Bridles, 1-5 ATLAS Bridles over the life of the contract. The maximum number placed is estimated to not exceed 35 TFLEX Towers, 30 Bridles and 5 ATLAS Bridles. All towers and bridles are to be delivered FOB Destination, to the NOAA/Pacific Marine Environmental Laboratory, 7600 Sand Point Way NE, Seattle, WA 98115-6349. Delivery shall be made FOB-Destination, at the expense of the offeror, within 60 calendar days after receipt of a signed delivery order. DELIVERY SCHEDULE: To be determined at the Task Order Level ESTIMATED SOLICITATION ISSUE DATE: March 22, 2018 QUESTIONS DUE: March 27, 2018 PROPOSAL DUE DATE: April 6, 2018 ANTICIPATED AWARD DATE: April 15, 2018 CONTRACTOR REGISTRATION: To be eligible for award, a contractor must be registered in the System for Award Management (SAM) at www.sam.gov. All offerors must have a Dun & Bradstreet Data Universal Numbering System (DUNS) identifier. A DUNS number may be acquired free of charge by contacting Dun & Bradstreet at (800) 333-0505 or online at http://fedgov.dnb.com/webform.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA133R18RQ0226/listing.html)
- Place of Performance
- Address: NOAA/Pacific Marine Environmental Laboratory, 7600 Sand Point Way NE, SEATTLE, Washington, 98115-6349, United States
- Zip Code: 98115-6349
- Zip Code: 98115-6349
- Record
- SN04840482-W 20180304/180302230826-4175bfcde2ec8db77c4b571d4716d6d0 (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 |