Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2006 FBO #1860
SOLICITATION NOTICE

40 -- STS Roller Chains - Lower Monumental Dam and Ice Harbor Dam.

Notice Date
12/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
US Army Engineer District, Walla Walla, 201 N. Third Avenue, Walla Walla, WA 99362-1876
 
ZIP Code
99362-1876
 
Solicitation Number
W912EF-07-B-0009
 
Response Due
1/31/2007
 
Archive Date
4/1/2007
 
Small Business Set-Aside
N/A
 
Description
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. Solicitation Number: W912EF-07-B-0009 Posted Date: 12/20/2006 Set-Aside: Unrestricted Contracting Office Address: U.S. Army Corps of Engineers, Lana Birdsell, 509.527.7226, 201 North Third Street, Walla Walla, WA 99362 Email for a copy of the Synopsis/Solicitation or plans in PDF format: jean.l.birdsell@usace.army.mil. Bids are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect throughout Federal Acquisition Circular 05-03. This combined synopsis/solicitation is being relea sed for full and open competition. ALL LINE ITEMS MUST INCLUDE ALL CHARGES AND FOB DESTINATION SHIPPING. Bid Opening will be at 2 p.m. (Pacific), January 31, 2007 in the Bid Opening Room, Walla Walla District COE, 201 North Third Avenue, Walla Walla, WA 99362 STS Roller Chains ITEM DESCRIPTION QUANTITY U/M U/P AMOUNT TO: Lower Monumental Lock & Dam 5520 Devils Canyon Rd Kahlotus, Washington 99335 0001 Roller Chain 40 EA $________ $________ Strands 0002 Master Links 40 EA $________ $________ TO: Ice Harbor Lock & Dam 2763 Monument Drive Burbank, Washington 99323 0003 Roller Chain 44 EA $________ $________ Strands 0004 Master Links 20 EA $________ $________ Schedule Total: $________ __________________________________________________________________________________ BUSINESS SIZE___________________________-TAX ID #________________________________ DUNS #__________________________________-CAGE CODE #____________________________ BUSINESS NAME_________________________-BUSINESS POC___________________________ BUSINESS ADDRESS______________________-BUSINESS PHONE________________________ BUSINESS E-MAIL_________________________________________________________________ SIGNED: _________________________________________________________________________ DATED: ????????_________________________________________________________________________ TECHNICAL SPECIFICATIONS PR&Cs 63201707 & 63312696 Roller Chains and Master Links, Lower Monumental Dam and Ice Harbor Dam 1.0 INTENT The following specifications pertain to the purchase of STS Roller Chains for Lower Monumental Dam and Ice Harbor Dam. The chains are used for supporting Submerged Traveling Screens (STS). 2.0 SCOPE The successful bidder shall be required to fabricate and deliver new stainless steel roller chain strands, bundled in pairs, to each project per quantity listed above. In addition to the complete sets of roller chains, an additional quantity of master link s shall also be provided. The actual quantity ordered will be determined at time of contract award pursuant to FAR 52.212-1(h). 3.0 GENERAL PART 1 PUBLICATIONS APPLICABLE PUBLICATIONS. The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. AMERICAN SOCIETY OF MECHANICAL ENGINEERS (ASME) ASME B29.1M Precision Power Transmission Roller Chains, Attachments, and Sprockets (1993) ASME B29.4M Double-Pitch Conveyor Roller Chains, Attachments and Sprockets (1994) PART 2 PRODUCTS 2.1 TYPE. The attached drawing IHP-5.3-3-4-52 provides the roller chain details. The chains shall be double-pitch conveyor roller chain C2162H with the bent link extension, two-hole large holes type with an additional third 5/16 type hole as shown in the drawing IH P-5.3-3-4-52 on every pin link plate, chain shall be in accordance with ASME/ANSI B29.1M and B29.4M. 2.2 LENGTH AND RESTRICTIONS. Each segment shall be 10.667 ft (nominal) in length. Each strand shall consist of four segments totaling 42.667 feet (nominal). The chain shall be of the riveted pin construction with press fit pin link plates. The connecting links shall have the pins press fit and riveted to the bent link plate atta chment and the detachable pin link attachment shall be drive fit with cotter pin construction. See attached drawing number IHP-5.3-3-4-52 for details. Each chain strand shall be 42.667 ft long (nominal) and assembled/pre-stressed from four 10.667 ft (nomin al) segments using connecting links. Strands shall be wired in pairs of two. Provide the links necessary to complete circular chain. Maximum tolerance between the two 42.667 ft long strands in a wired pair shall be 0 to + 0.015in. Each chain length shall b e placed on the factory floor and contracted by pushing the rollers together to determine pin/bushing clearance. Pin/bushing clearance defined as the difference between extended and contracted length measurements. Maximum pin/bushing clearance shall be no greater than 0.025 inches per ft and 1.125 inches per 42.667 ft strand. 2.3 MATERIALS. The rollers, side plates, and bent link extensions shall be made from 304 stainless steel. The bushing shall be made from 17-4 stainless steel, and the pins shall be made from Nitronic 60 stainless steel. The fastening wire shall be made from 304 stainless steel. 4.0 SHIPMENT AND DELIVERY Shipping and delivery of all items shall be delivered FOB to the projects within 8 weeks of contract award. The contractor shall be responsible for packing and shipping the components in a manner that will ensure undamaged and complete arrival at the dest ination project. No shipments are allowed other than normal business hours of Monday-Thursday 6:30AM-5PM, excluding holidays. Shipments in the specified amounts shall be delivered to: Lower Monumental Lock & Dam Ice Harbor Lock & Dam 5520 Devils Canyon Rd. 2763 Monument Drive Kahlotus, WA 99335 Burbank, WA 99323 5.0 APPLICABLE PROVISIONS AND CLAUSES: 52.212-1 -- Instructions to Offerors  Commercial Items. (Sep 2006) 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Nov 2006) 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Sep 2005) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Nov 2006) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this commercial items contract by reference to implement provisions of law or Executive orders applicable to acqu isitions of __X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999)(15 U.S.C. 657a). ___ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (4) [Reserved] ___ (5) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (6) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003)(15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. __X _ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S .C. 637(d)(2) and (3)). ___ (8) (i) 52.219-9, Small Business Subcontracting Plan (Sep 2006)(15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (9) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). ___ (10) (i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Sep 2005)(10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (June 2003) of 52.219-23. ___ (11) 52.219-25, Small Disadvantaged Business Participation ProgramDisadvantaged Status and Reporting (Oct 1999)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (12) 52.219-26, Small Disadvantaged Business Participation ProgramIncentive Subcontracting (Oct 2000)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (13) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004). __X_ (14) 52.222-3, Convict Labor (June 2003)(E.O. 11755). __X_ (15) 52.222-19, Child LaborCooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). __X_ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). __X_ (17) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). __X_ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). __X_ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). __X_ (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). __X_ (21) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). ___ (22) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000)(42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I (Aug 2000) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). ___ (23) 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d). ___ (24) (i) 52.225-3, Buy American Act Free Trade Agreements  Israeli Trade Act (Nov 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169). ___ (ii) Alternate I (Jan 2004) of 52.225-3. ___ (iii) Alternate II (Jan 2004) of 52.225-3. ___ (25) 52.225-5, Trade Agreements (Nov 2006) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __X_ (26) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (27) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (42 U.S.C. 5150). ___ (28) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (42 U.S.C. 5150). ___ (29) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (30) 52.232-30, Installment Payments for Commercial Items (Oct 1995)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __X_ (31) 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct. 2003)(31 U.S.C. 3332). ___ (32) 52.232-34, Payment by Electronic Funds TransferOther Than Central Contractor Registration (May 1999)(31 U.S.C. 3332). ___ (33) 52.232-36, Payment by Third Party (May 1999)(31 U.S.C. 3332). ___ (34) 52.239-1, Privacy or Security Safeguards (Aug 1996)(5 U.S.C. 552a). ___ (35) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. ________________________________________________ (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provision s of law or executive orders applicable to acquisitions of commercial items: ___ (1) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005)(41 U.S.C. 351, et seq.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ___ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Nov 2006)(29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Feb 2002)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ________________________________________________ (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the cl ause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractors directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final terminat ion settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for comm ercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000, 000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006)(46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for c ommercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause ________________________________________________ 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed elect ronically at this/these address(es): http://farsite.hill.af.mil/vffar1.htm (End of Clause) 52.247-34 F.o.b. Destination (Nov 1991) 252.225-7021 Trade Agreements (NOV 2006) 252.243-7001 Pricing of Contract Modifications. (DEC 1991) Security Contract Language for all Corps of Engineers' Unclassified Contracts (PIL 2003-06, 19 Feb 03) All Contractor employees (U.S. citizens and Non- U.S. citizens) working under this contract (to include grants, cooperative agreements and task orders) who require access to Automated Information Systems (AIS), (stand alone computers, network computers/sys tems, e-mail) shall, at a minimum, be designated into an ADP-III position (non-sensitive) in accordance with DoD 5220-22-R, Industrial Security Regulation. The investigative requirements for an ADP-III position are a favorable National Agency Check (NAC), SF-85P, Public Trust Position. The contractor shall have each applicable employee complete a SF-85P and submit to the Security Officer within three (3) working days after award of any contract or task order, and shall be submitted prior to the individual b eing permitted access to an AIS. Contractors that have a commercial or government entity (CAGE) Code and Facility Security Clearance through the Defense Security Service shall process the NACs and forward visit requests/results of NAC to the Security Off icer. For those contractors that do not have a CAGE Code or Facility Security Clearance, the Security Office will process the investigation in coordination with the Contractor and contract employees. The phone number for the Security office is 509.527.7704 and the address is: Security Officer Emergency Management Office Walla Walla District, COE 201 North Third Avenue Walla Walla, WA 99362 In accordance with Engineering Regulation, ER 380-1-18, Section 4, foreign nationals who work on Corps of Engineers' contracts or task orders shall be approved by the HQUSACE Foreign Disclosure Officer or higher before beginning work on the contract/task o rder. This regulation includes subcontractor employees. (NOTE: exceptions to the above requirement include foreign nationals who perform janitorial and/or ground maintenance services.) The contractor shall submit to the Division/District Contract Office, the names of all foreign nationals proposed for performance under this contract/task order, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentat ion may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registra tion Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Docu ment issued by the INS which contains a photograph (INS Form I-688B). Classified contracts require the issuance of a DD Form 254 (Department of Defense Contract Security Classification Specification). (End of Clause) Submit bids toLana Birdsell--509.527.7226-- Fax 509.527.7802jean.l.birdsell@usace.army.mil
 
Place of Performance
Address: US Army Engineer District, Walla Walla 201 N. Third Avenue, Walla Walla WA
Zip Code: 99362-1876
Country: US
 
Record
SN01203517-W 20061230/061228221044 (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.