Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2003 FBO #0709
SOLICITATION NOTICE

40 -- 3/4

Notice Date
11/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
WASC-4-170
 
Response Due
11/20/2003
 
Archive Date
12/5/2003
 
Point of Contact
Randall Brown, Purchasing Agent, Phone (206) 526-6226, Fax (206) 526-6025,
 
E-Mail Address
randal.w.brown@noaa.gov
 
Description
Provide ninety-five (95) each 500-meter reels of 3/4" rope. Total 47,500 meters. Split delivery acceptable. Minimum thirty (30) reels delivered by 1/15/04. Complete delivery of remainder by 2/15/04. The contractor shall furnish all personnel, materials, equipment, services, and facilities, to provide a nominal ? inch diameter, 8 strand plaited, high-energy absorption rope of a torque-balanced construction. The rope shall be steam heat stabilized after fabrication to stabilize the rope structure. The rope shall be designed and manufactured to meet the Cordage Institute International Standard CI 1500-02, Test Methods for Fiber Rope, and meet the following specifications: 1. Polyamide fiber (caprolactam), marine grade yarn 2. 3/4" diameter, +/-5%. 3. Linear density 1.36lbs. /10 feet, +/-5%. 4. Rope pitch 2.625 inches, +/-5% 5. Minimum uncycled tensile Strength: 16,200#. 6. Minimum energy absorption capacity between loads of 200D squared and 30% of minimum tensile strength: 31,280 ft.lbs./100 ft. 7. Elastic elongation range between loads of 200D squared and 30% of minimum tensile strength: 18% to 22% (loading rate per C.I. STD. Test Methods CI 1500-02 9.4.2). 8. Residual shrinkage equal to or less than 3%. 9. Length-550 meters per reel (nominal). 10. Braider strand splices are not allowed. 11. A minimum of one rope strand must contain two ends, of unlike color, of multifilament Polypropylene yarn. 12. Rope shall be furnished on nonreturnable wooden reels, 30"x23'x12'. 13. Reel drive pinhole diameter shall be 1 inch and located 5 inches from center, one on each headboard. 14. The reel head shall be 5/4" boards, two ply with wood laid perpendicular to each other and securely nailed. The nail heads shall be countersunk below the surface of the wood. 15. The headboards shall have a center hole of 3 inch diameter. 16. The barrel shall consist of ?" thick wood staves mortised into the reel head. 17. The reel shall be assembled with a minimum of three 3/8" or ?" diameter steel bolts having cup washers on each end, recessed and flush with headboard surface. The contractor shall submit a stress/strain curve of the rope following the procedure in CI 1500-02 section 11, Determination of Cycled Strength and section 12, Determination of Permanent Strain, Overall Strain and Immediate Strain. The contractor shall also submit a 10 meter bid sample of the nylon rope offered with their proposal in accordance with the provisions contained in Clause L.2, entitled "52.214-20, BID SAMPLES" (APR 1984). The purpose of the sample is to ascertain whether compliance with the above specification has been met. The sample may be subjected to chemical and mechanical testing to insure compliance with the above specification. The relative effectiveness of the marine grade yarns will be determined by utilizing the standard test of the Cordage Institute on Polyester yarns. The government further reserves the right to perform a site visit of the manufacturing facility to inspect the equipment used to force steam stabilization. Samples showing a boil off shrinkage of greater than 3% shall be rejected. Price requested FOB destination only. Provide DUNS number, Federal tax ID number, and CCR (CAGE code) with quote. Failure to provide these three numbers may result in ineligibility for award. The Western Administrative Support Center, Acquisition Management Division, requires that all contractors doing business with this Acquisition Office must be registered with the Central Contractor Registry (CCR) by October 1, 2003. After this date, NO award can be made unless the vender 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 have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505 or (800) 234-3867.
 
Record
SN00464258-W 20031106/031104212519 (fbodaily.com)
 
Source
FedBizOpps.gov 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.