Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOLICITATION NOTICE

99 -- Monument Markers

Notice Date
8/7/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Bureau of Land Management, Montana Region, BLM-MT MONTANA STATE OFFICE* BUS. & FISCAL SVCS. BRANCH5001 SOUTHGATE DR BILLINGS MT 59101
 
ZIP Code
59101
 
Solicitation Number
ESQ080064
 
Archive Date
8/7/2009
 
Point of Contact
Charlene Gunther Purchasing Agent 4068965195 charlene_gunther@mt.blm.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), number ESQ080064. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquistion Circular 2005-25. This solicitation is set-aside for Small Business concerns, under North American Industry Classification System (NAICS) code 423490. The Small Business Size Standard is under Hundred (100) employees. Materials must be domestic. The following are the bid schedule items:Line Item: 0001 3 1/4" Brass Cap on a 2 3/8" diam. Stainless Steel Pipe: Five Hundred (500) EachLine Item: 0002 "Deep 1" underground magnetic marker, clear: Five Hundred (500) Each The following specifications apply: SPECIFICATION LINE ITEM 0001 Regulation Stainless Steel Pipe Monument MONUMENT CAP The monument cap shall be a silicon bronze, bronze alloy, conforming to: A.S.T.M. (Ingot) B-30 (872) orA.S.T.M. (Castings) B-584 (872) and B-271 (872) or the equivalent. The silicon bronze, bronze alloy shall have the following nominal chemical composition: copper92silicon 4zinc 4 Equivalency is based on the durability and corrosion resistant properties of the monument cap in the following environments: acids, bases (alkaline), salts, and dissimilar materials (reduced galvanic reaction). The monument cap shall have the standard Cadastral Survey inscription conforming to Drawing No. 1 (Section D-Attachments). All letters and numbers shall be indented (not raised), a minimum depth of 1/32 of an inch, and shall have clean and unbroken uniform lines, and shall be clear and legible. The monument cap dimensions are shown in Drawing No. 2 (Section D-Attachments). The cap shall have a socket portion which is specially shaped to force fit over the outside diameter of the pipe's upper end. The cap is held in place on the pipe by a solid stainless steel rivet, as shown in Drawing Nos. 2, 3, and 4 (Section D-Attachments). The surface shall be smooth and have a medium gloss, polish-like finish. The U.S. Government does NOT have a cast for casting the monument cap nor does it have dies for forging the cap. It is the vendors responsibility to manufacture their own cast or die. A sample similar type monument cap showing the quality of inscription, depth of indentation, and degree of polish acceptable under terms of this contract is available for inspection at some of the Bureau of Land Management offices listed in Attachment 1. MONUMENT CAP MAGNET: The monument cap shall have a ceramic magnet permanently attached within the cap socket and retained by mechanical means. For aid in assembly, an adhesive may be used in ADDITION to the mechanical retention. The ceramic magnet shall be capable of remaining in place should there be no adhesive or the adhesive should unbond between the monument cap or the ceramic magnet. Recommended minimum magnet dimensions are as shown in Drawing No. 2 (Section D-Attachments). The monument cap magnet shall have a minimum detection range of at least 3.5 feet when using a Schonstedt Instrument Company, model GA-52C metal detector, or an equivalent metal detector. PIPE CAP RIVET: The cap rivet shall be 3/16" x 3" flat or oval head rivet, solid stainless steel, type 304 or equivalent. Equivalency is based on the durability and corrosion resistant properties in the following environments: acids, bases (alkaline), salts, and dissimilar materials (reduced galvanic reaction). MONUMENT PIPE The monument pipe is made from Type 304 or Type 316 stainless steel, Schedule 10 pipe, with a nominal inside diameter of 2 inches and cut 30" long. The actual pipe inside diameter is 2.157 inches (2 5/32 inches). The pipe wall thickness is 0.109 inches (7/64 inches). The actual pipe outside diameter is 2.375 inches (2 3/8 inches). The stainless steel pipe may be either seamless or continuous butt welded. If there is a seam, it must be flush both on the inside and outside of the stainless steel pipe. PIPE BASE The pipe base shall be either cut as shown in Drawing No. 3 (Section D-Attachments) or notched as shown in Drawing No. 4 (Section D-Attachments). The 4 cuts or 4 notches in each pipe base must be equally spaced. All of the monuments in each individual order shall be shipped flared. Flared monuments shall be flared 5 2 ins. + 1/4 in. (See Drawing Nos. 3 and 4 in Section D-Attachments.) ASSEMBLY: The monument cap shall be pressed onto the top of the pipe with a firm fit and shall bottom inside the cap. The cap and pipe shall be drilled, fitted, and set with a rivet. A matched through hole shall be drilled for the rivet using a guided "V" block, or equivalent, to assure the hole is drilled on the pipe center line. Sufficient edge material must be allowed to prevent the rivet hole from cracking out when the rivet is set. The rivet must be installed and finished with at least 5/16 inches diameter material on each end of the rivet after it is set (battered). The final set (battered) rivet must be tight against the brass cap with no visible movement. If requested, the awardee(s) shall be sent, at the expense of the government, a sample of a similar type survey monument. The sample similar type survey monument shall be returned, at the expense of the contractor, at the time the first article is submitted. FINISH The finished monuments must be free of grease and mechanical oil on the exterior surfaces. Unflared monuments shall have no sharp burrs, capable of cutting an ungloved hand, on the exposed portions on the exterior of the monument. SHIPPING All items furnished under this contract shall be handled in such a manner to protect them from any damage while in the possession of the Contractor. The Contractor shall pack all items for delivery consistent with standard commercial practices to ensure carrier acceptance and to provide adequate protection from shipping damage or loss during transit to the contract designated destination point. The Contractor shall be responsible for any damage or loss caused by improper packaging and any damage or loss while in transit. The survey monuments shall arrive in a neat and orderly condition, (not loose). Weight per skid (or container) shall not exceed 2000 pounds. Each individual skid (or container) shall not exceed 4 feet in length, width, or height. Each shipping container shall be clearly marked with the address and destination, contract number, delivery order number if applicable, item nomenclature, contractor's name, address and date of shipment, number of items per container, number of containers, weight of each container, and weight of each container with the items (gross weight). SPECIFICATION LINE ITEM 0002 Sub-Surface Magnet GENERAL The sub-surface magnet assembly, also called a magnetic marker, is required by the government surveyor to be deposited and oriented at the base of the hole which has been excavated for the setting of a survey monument post. The sub-surface magnet is a cylindrical ceramic magnet housed within a plastic container. Magnet The magnet shall be 7/8 +/- 1/32 inches diam. and 1 +/- 1/8 inch long. The magnet shall be composed of strontium ferrite (chemically inert and anisotropic) Container The magnet plastic container shall be 1 7/8 to 2 5/8 inches overall length, with 1 to 1 1/8 inches square end caps on a 1 to 1 1/8 in. diam. cylinder. It is preferable that the magnet does not move about within the plastic container. The magnet plastic container shall be composed of polyethylene or equivalent end caps with a polyethylene or cellulose acetate cylinder or equivalent. The magnet plastic container shall have one end cap black in color, and marked ATHIS END DOWN@, ATHIS SIDE DOWN@, ABOTTOM@, or equivalent nomenclature. The other end cap and cylinder will be white or translucent white. Upon final assembly, the case shall have no holes which would permit the intrusion of water. General The total weight of the magnet and plastic container is approximately 2 ounces. The sub-surface magnet assembly, when deposited in the ground and oriented with the black colored end cap down, shall be detectable with a Schonstedt Instrument Company magnetic locator, model No. GA52C or equivalent at a minimum range of 8 feet below a typical ground surface. Assembly The sub-surface magnet assembly shall be shipped assembled with the magnet contained and properly oriented in the plastic container with both end caps attached. If the plastic end cap(s) are of a friction fit on the plastic cylinder, they shall be of a tight enough friction fit to require a minimum of 2 hands to disassemble the plastic container. The minimum tightness of the friction fit specification is to prevent the accidental disassembly of the sub-surface magnet assembly in shipping, handling, or carrying in a backpack by a surveyor. In the event that a hole exists in the case for an aid for air escape during assembly, it shall be plugged with silicone type material or equivalent upon assembly to prevent later water intrusion into the case. The magnet will be oriented in the plastic container in order that the maximum detectable magnetic range is obtained (on the ground surface from the sub-surface magnet) when the black colored plastic end cap is placed in a downward position when the magnet is assembled in the plastic container and vertically aligned. Shipping The assembled sub-surface magnet assemblies, in their containers and considering their magnetic fields, will be packed vertically in a neat and orderly fashion in horizontal rows columns and vertical columns, with no spaces (not loose), and will be contained in a minimum of a cardboard box container, designed for shipping, not exceeding 2 cubic feet. Each shipping container shall be clearly marked with the address and destination, contract number, delivery order number if applicable, item nomenclature, contractor's name, address and date of shipment, number of items per container, number of containers, and weight of each container. Compliance with Chapter 49 of the Code of Federal Regulations, Department of Transportation, hazardous material transportation, regarding magnetized material, is the contractor's responsibility. TO OBTAIN A ELECTRONIC COPY OF THE DRAWINGS PLEASE EMAIL THE CONTRACTING OFFICER AT "CGUNTHER@BLM.GOV". Award wil be made to the lowest responsive, responsible quoter that is most advantageous to the government. The provision at 52.212-01, Instructions to Offerors-Commercial Items is applicable. The provision at 52.212-02, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Evaluation factors will be based on price. QUOTERS SHALL FOLLOW INSTRUCTION IN THE PROVISION AT 52.212-03, OFFEROR REPRESENTATION AND CERTIFICATIONS-COMMERCIAL ITEMS, AND PRINT COMPLETE AND SUBMIT THIS CLAUSE WITH IT'S OFFER. The clause 52.212-04, Contract Terms and Conditions-Commercial Items, is applicable. The clause 52.212-05, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is applicable, and the following additional FAR clause cited in the clause are applicable:; 52.219-06, Notice of Total Small Business Set Aside; 52.222-3, Convict Labor; 52.222-19 Child Labor; 52.222-21 Prohibition of Segregated Faclities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers and Disabilities; 52.225-01, Buy American Act - Supplies; 52.225-03, Buy American Act - Free Trade Agreement - Israeli Trade Act, 52.225-13 restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. THESE FAR CLAUSES CAN BE ACCESSED AT "http://www.acquisition.gov/comp/far/index.html" or "http://farsite.hill.af.mill/vffara.htm". IT IS THE QUOTERS RESPONSIBILITY TO REVIEW THESE CLAUSES AND SUBMIT THE REQUIRED INFORMATION WITH YOUR QUOTE. Prospective contractors must be registered in the Central Contractor Registration (CCR) prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the internet at http://www.ccr.gov. Prospective vendors shall complete their annual Representations and Certifications (ORCA) electronically at http://orcs.bpn.gov. Quoters must submit FAR 52.212-03, Offerors Representations and Certifications - Commercial Items, wtih their quote. Quotes are due by Close of Business, August 25, 2008, and may be sent ot Bureau of Land Management, Attn: Charlene Gunther, 5001 Southgate Drive, Billings, MT 59101, or you may fax your quote to (406) 896-5020, Attn: Charlene Gunther. Please notify Charlene prior to faxing any quote information. For questions, Please call Charlene at (406) 896-5195.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cac90a11312ae6c98c6e169a1eedac5f&tab=core&_cview=1)
 
Place of Performance
Address: Billings, MT
Zip Code: 59101
 
Record
SN01634182-W 20080809/080807223601-cac90a11312ae6c98c6e169a1eedac5f (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.