Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 23, 2001 PSA #2835
SOLICITATIONS

95 -- STEEL PIPE PILES FOR USCG GROUP ST. PETERSBURG, FL AND MIAMI BEACH, FL

Notice Date
April 19, 2001
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Avenue, Miami, FL, 33177-1630
ZIP Code
33177-1630
Solicitation Number
DTCG82-01-Q-3WC151
Response Due
May 16, 2001
Point of Contact
Michelle Nammur, Procurement Assistant, Phone 305-278-6725, Fax 305-278-6696, Email mnammur@ceumiami.uscg.mil
E-Mail Address
Michelle Nammur (mnammur@ceumiami.uscg.mil)
Description
SYNOPSIS/SOLICITATION: 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 solicitation, DTCG82-01-Q-3WC151, is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 97-24. This combined solicitation is being issued as a Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 331210, size standard of 1000 employees. SCOPE: The contractor shall provide all materials and services necessary to procure, deliver, and off-load coated steel Pipe Piles to the Coast Guard Group St. Petersburg, FL and Coast Guard Group Miami Beach, FL facilities. REFERENCES: (1) ASTM A 252 (1993) _ Welded and Seamless Steel Pipe Piles, (2) SSPC PS 11.01 (1991) Black (or Dark Red) Coal Tar Epoxy-Polyamide Painting System, (3) SSPC PS 12.01 (1991) One-Coat Zinc-Rich Painting System, (4) SSPC SP 10 (1991) Near-White Blast Cleaning, (5) SSPC Paint 16 (1991) Coal Tar Epoxy-Polyamide Black (or Dark Red) Paint, (6) SSPC Paint 20 (1991) Zinc-Rich Primers (Type I, _Inorganic_, and Type II, _Organic_). SUBMITTALS: (1) Certificate of conformance to standards for the steel piles, (2) Manufacturer_s literature for the Organic Zinc Primer and the Black Coal Tar Epoxy-Polyamide paints to be approved by a Coast Guard technical representative. STEEL PILE REQUIREMENTS: All piles shall conform to ASTM A252. All piles shall be Grade 2 with plain ends and shall be straight seam welded. One splice per pile may be used if it is located within 10 feet of either end of the pile and tension test specimens from sample splices conform to the strength requirements of Table 1 of ASTM A252. Welds shall be ground down such that they are smooth and flush with the pile exterior. A certificate indicating that the piling was manufactured and tested in accordance with this specification shall be mailed to the Contracting Officer at the time of delivery. Steel piles shall be furnished in the lengths and diameters (outside) as listed in the contract. Pile length tolerance shall be (+/-) 3 inches. The wall thickness of all steel piles shall be 0.375 inches. The piles shall be coated as specified below. COATING REQUIREMENTS: Blast clean each pile in accordance with SSPC SP 10. Apply one Organic Zinc Primer, meeting SSPC Paint 20 Type II, coat to all surfaces not more than 2 hours after blast cleaning. Organic Zinc Primer shall be applied in accordance with SSPC PS 12.01 to 2 mils DFT. Apply Black Coal Tar Epoxy-Polyamide meeting SSPC Paint 16 to all surfaces after the primer coat is fully dry. The Coal Tar Epoxy-Polyamide shall be applied in accordance with SSPC PS 11.01 to a minimum of 16 mils DFT. Both the prime coat (Zinc Primer) and the top coat (Coal Tar Epoxy) shall be from the same manufacturer to ensure system compatibility. MARKING REQUIREMENTS: Each pipe pile shall be legibly marked by stenciling (white paint) or stamping the following information: Contract Number (ie: DTCG82-01-P-3WC151), year of manufacture, name of manufacturer, heat number, manufacturing process (ie: seamless, flash welded, fusion welded, or electric resistance welded), outside diameter and nominal wall thickness, weight, length, grade, and the specification number. The letters shall not be less than 3/4 inch high, if stenciled, and not less than 1/4 inch high if stamped. The required data shall be marked on both ends of each pile. QUANTITIES/DELIVERY LOCATIONS: Deliver three (3) 18 inch outside diameter 60 foot long piles, and nine (9) 12.75 inch outside diameter 60 foot long piles to Commander, U.S. Coast Guard Group, 600 8th Ave, St. Petersburg FL 33701-5099, POC: Aids to Navigation Officer, Ph: (727) 824-7631. Deliver three (3) 18 inch outside diameter 60 foot long piles, three (3) 18 inch outside diameter 45 foot long piles, and three (3) 12.75 inch outside diameter 60 foot long piles to Commander, U.S. Coast Guard Group, 100 MacArthur Causeway, Miami Beach FL 33139-5101, POC: Aids to Navigation Officer, Ph: (305) 535-4311. DELIVERY LIMITATIONS: USCG Group Miami Beach is located on an island whose only access is a single lane bridge. That bridge has for single lane traffic an HS20-44 load capacity as designated by AASHTO which the contractor shall not violate. DELIVERY SCHEDULE: Delivery of piles shall be within 45 days after the contract is awarded to the locations specified above. The contractor shall notify the consignee at least 3 working days before delivery of piles. Delivery shall be made during weekdays between the hours of 8:00 a.m. and 3:00 p.m. QUALITY ASSURANCE: Each pile shall be examined for the following defects upon delivery: (1) Pile not manufactured as specified and in accordance with ASTM A252, (2) Diameter varies more than (+/-) 1% from the specified diameter (including outside diameter at welds), (3) The weight of any pile shall not be more than 15% heavier nor 5% lighter than that prescribed in Table 2 of ASTM A252, (4) Nominal wall thickness at any point shall not be less than 12.5% under that specified, (5) Pipe pile not reasonably straight, (6) Surface imperfections exist with a depth exceeding 25% of the nominal wall thickness, and (7) Coating system shall not be severely damaged upon delivery and unloading. The presence of one or more of these defects shall be cause for rejection of the pile. Damaged coating systems may be _touched-up_ by the contractor in accordance with the manufacturer_s recommendations to meet these requirements. Repair of defects by welding is permitted only when the depth is not more than 33% of the nominal wall thickness. BID REQUIREMENTS: Provide the bid in the following format: Coated Steel Pipe Piles Delivered to Coast Guard Group St. Petersburg, FL -- Length | O.D. | Qty | Unit Price | Unit | Total -> 60_ | 18_ | 3 | $_______ | each | $_______ -> 60_ | 12.75_ | 9 | $_______ | each | $_______ ->> Subtotal: $_______ Coated Steel Pipe Piles Delivered to Coast Guard Group Miami Beach, FL -- Length | O.D. | Qty | Unit Price | Unit | Total -> 60_ | 18_ | 3 | $_______ | each | $_______ -> 45_ | 18_ | 3 | $_______ | each | $_______ -> 60_ | 12.75_ | 3 | $_______ | each | $_______ ->> Subtotal: $_______ ->>>TOTAL LUMP SUM BID: $_______ PROVISIONS & CLAUSES: Provision FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2000) applies to this acquisition. Award will be made to the lowest responsible quoter. Vendors shall complete and submit a complete copy of the provision FAR 52.212-3, Offeror Representations And Certifications-Commercial Items (Feb 2001) Alternate I (Oct 2000) Alternate III (Oct 2000) with their quote. The following provisions and clauses are incorporated by reference: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2001); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2001); FAR 52.215-5, Facsimile Proposals (Oct 1997); FAR 52.219-6, Notice of Total Small Business Set-Aside (Jul 1996); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Feb 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.222-36, Affirmative action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Jan 1999); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2001); FAR 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program (Feb 2000); FAR 52.232-34, Payment by Electronic Funds Transfer -- Other than Central Contractor Registration (May 1999); FAR 52.247-15, Contractor Responsibility for Loading and Unloading (Apr 1984). SUBMISSION OF QUOTES: All responsible sources may submit a quotation, which will be considered by this agency. Closing date and time for receipt of quotes is May 16, 2001 at 4:00pm, Eastern Time. Facsimile quotes are acceptable and may be forwarded to (305)278-6696, Attn: Michelle Nammur. Mail shall be addressed to USCG, CEU Miami, Attn: Contracting Officer, 15608 SW 117th Avenue, Miami, FL 33177-1630. All quotes shall be clearly marked with the contractor_s name, address, phone number, contact person, and solicitation number. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=DTCG82-01-Q-3WC151&L=490)
Record
Loren Data Corp. 20010423/95SOL001.HTM (D-109 SN50J6Z0)

95 - Metal Bars, Sheets and Shapes Index  |  Issue Index |
Created on April 19, 2001 by Loren Data Corp. -- info@ld.com