Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2009 FBO #2746
SOLICITATION NOTICE

40 -- Nylon Rope - Attachment #1 & #2

Notice Date
6/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314991 — Rope, Cordage, and Twine Mills
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133R-09-RQ-0571
 
Point of Contact
Mona M. Ash, Phone: 206-526-6384
 
E-Mail Address
mona.m.ash@noaa.gov
(mona.m.ash@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF1449 & Full Text FAR 52.216-3 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, from which quotes are being requested, and a written solicitation will not be issued. This announcement is a Request for Quote (RFQ). The solicitation number is #AB133R-09-RQ-0571 and incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-32 dated 03/31/09. The resulting contract will be a firm-fixed price Indefinite Delivery Indefinite Quantity (IDIQ) type contract, with a Base Year and two (2) One-Year Options. MINIMUM/MAXIMUM QUANTITIES During the period specified in the ORDERING clause (FAR 52.216-18), the Government shall place orders totaling a minimum of 40 reels over the life of the contract. The maximum amount of orders placed per year shall not exceed 250 reels. The amount of all orders shall not exceed 750 reels over the life of the contract. All reels are to be delivered FOB Destination to the NOAA/Pacific Marine Environmental Laboratory (PMEL) in Seattle, Washington. Order(s) will be placed based on a specified number of reels. The North American Industry Classification System (NAICS) code is 339999 with a size standard of 500 employees. This requirement is a Total Small Business Set-aside. This acquisition will be awarded under simplified acquisition procedures (Part 13). Nylon Rope shall comply with the following Specifications: 1.0 SPECIFICATIONS: The contractor shall furnish all personnel, materials, equipment, services, and facilities, to provide a nominal 11/16 inch diameter, eight (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. Adherence to specification of rope design and the rope product will be measured using 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. 11/16" nominal diameter 3. Linear density 1.1lbs. /10 feet, +/-5%. 4. Rope pitch 2.625 inches, +/-5% 5. Minimum uncycled tensile Strength: 15,000#. 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 ¾" thick wood staves mortised into the reel head. 17. The reel shall be assembled with a minimum of three 3/8" or ½" diameter steel bolts having cup washers on each end, recessed and flush with headboard surface. 18. Reels must be Heat Treated and so marked to meet international shipping standards. 2.0 Samples: 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 offeror shall also submit a 10 meter bid sample of the nylon rope offered with their proposal. Samples shall be submitted at no expense to the Government and returned only at the offeror's request and expense, unless destroyed during pre-award testing. The sample shall 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 offer shall be rejected if the sample fails to conform to the required specifications. Samples showing a boil off shrinkage of greater than 3 percent shall be rejected. Products delivered under any resulting contract must conform to the approved sample and stated specifications. Samples shall be delivered to Mona Ash located at NOAA, WAD, 7600 Sand Point Way NE, Bldg 1, Seattle, WA 98115. NOTE: Any offeror who has manufactured and delivered this rope for NOAA, PMEL, to the above specifications within the past 12 months is exempt from the sample requirement. 3.0 Site Visit: The government further reserves the right to perform a site visit of the manufacturing facility to inspect the equipment used to force steam stabilization. 4.0 ORDER AND DELIVERY: Delivery order(s) will be issued in writing by the Contracting Officer on an as-needed basis. Delivery orders may be placed anytime during the period of performance of the contract. Rates applicable to an order will be the contract rates that are in effect at the time the delivery order is executed. Any order issued during the period of performance of the contract and not completed within the contract period shall be governed by the contract terms to the same extent as if the order were completed during the contract's period of performance, including the contract and individual order ceiling prices. Performance periods established under each individual order shall be honored. Work performed on such orders after the end of the contract's period of performance will continue to be charged at the last effective rates. Nylon Rope reel order(s) are to be delivered FOB Destination, to the COTR, appointed at award, at NOAA, Pacific Marine Environmental Laboratory, 7600 Sand Point Way NE, Seattle, WA 98115-6349. Delivery shall be made FOB-Seattle, at the expense of the contractor, within 60 calendar days of a signed delivery order. Upon receipt of a signed delivery order the contractor shall sign, date, and return the acknowledgement/acceptance statement within five (5) calendars of receipt of the order, or may within this same time period propose to the Contracting Officer an alternative delivery schedule. If the proposed alternate delivery schedule is mutually acceptable to both parties, the new delivery date shall be documented and supplies delivered accordingly. 5.0 PERIOD OF PERFORMANCE: The base period of performance will be effective from the award date of the contract through a one (1) year period. However, the Government may require continued performance of this contract for two (2) additional one-year periods at the rates established under the Schedule. Exercising an option will be at the discretion of the Government and may be done anytime during the contract's current performance period. 6.0 PAYMENT: Request for Payment shall be submitted: (1) in accordance with FAR 52.212-4(g), (2) with an original signature to the appointed Contracting Officer's Technical Representative (COTR) for review and certification, (3) clearly identifying the delivery order the request pertains to, and (4) with the payment addresses reflecting the mailing/billing information registered in the Central Contractor Registration (CCR) database to avoid processing delays. A request for final payment for each delivery order must be accompanied by a release of claims, which will be provided upon request, and will otherwise be rejected and returned to the Contractor if all items required under the contract have not been completed, submitted, approved, and accepted by the Government prior to the receipt of the request. Invoices shall reflect the number of reels delivered by line item specified in the order. Charges for any item(s) not authorized or which exceed the ceiling amount of a delivery order without prior authorization from the Contracting Officer shall be disallowed. SCHEDULE: BASE PERIOD: Pricing shall be submitted with a signed SF-1149, and a fully completed Schedule of Items which include the following: BASE PERIOD: Contract Line Item 0001 - Furnish and deliver, in accordance with the specifications 250 nylon rope reels. OPTION PERIOD ONE: Contract Line Item 0002 - Furnish and deliver, in accordance with the specifications 250 nylon rope reels. OPTION PERIOD TWO: Contract Line Item 0003 - Furnish and deliver, in accordance with the specifications 250 nylon rope reels. NOTE: Unit price shall include all costs associated with transportation/delivery to Pacific Marine Environmental Laboratory (PMEL) in Seattle, Washington. See Attachment 1. Offerors must submit pricing for all Line Items on the Schedule of Items provided in Attachment 1. Failure to quote on all line items may result in quotation rejection. Quantities provided on the Schedule are estimated quantities for evaluation purposes only and do not guarantee the contractor the total numbers listed will be ordered. The Government is not obligated to order the estimated amount specified in the Schedule. Offerors are required to submit a completed SF-1449, and Completed Schedule of Items (Attachment 1). Full text of the Federal Acquisition Regulations (FAR) noted within this synopsis/solicitation can be accessed on the Internet at www.arnet.gov/far; and Commerce Acquisition Regulation (CAR) clauses noted within this synopsis/solicitation can be accessed on the Internet at http://oamweb.osec.doc.gov/CAPPS_car.html, under CAR Part 1352 [local clauses] noted. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008) and the following Addenda: Offerors must include with their quote an originally signed SF-1449, a completed Schedule, Past Performance Form (See Attachment 1). All contractors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR) and may register at the following web site: http://www.ccr.gov. This procurement requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. Offerors will be evaluated on: Technical capability of the item offered to meet the Government requirement: Offeror(s) shall provide sufficient detailed information which demonstrates the technical capability of the proposed product to meet the Government requirements as stated in the Statement of Work, through the submission of product literature, technical features and warranty provisions, etc. Price: Proposals must generally adhere to the pricing structure established in the Schedule of Items. Each offeror's price proposal must be based on the offeror's own technical proposal, the Government's statement/scope of work, and other contractual requirements. If the prices to be used are based on a published price list, or catalog, the offeror shall so state, and provide a copy of the document with their price proposal. If the prices are to be based on established market price, not otherwise published, or are prices applicable only to the proposed contract, the offeror shall so state. The offeror shall provide information to support unit prices which may include related support costs such as labor rates, overhead/G&A, profit, etc. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies as follows: (a) The Government will award a contract to the responsible offeror who offers to provide technically acceptable supplies, and whose quotation is considered to be the most advantageous to the Government considering the offeror's technical capabilities and offered price for all line items. Quotations will be evaluated in accordance with FAR 13.106. In determining which quotation provides the best value to the Government, price will be considered equally important to technical capabilities. (b) Options. The Government will evaluate, for award purposes, by adding the total price for all option years to the total price for the base year requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful offeror within the time for acceptance, which unless specified otherwise is 60 days after quotes are due, shall result in a binding contract without further action by either party. Before the specified expiration time, the Government may accept a quote, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Mar 2009) and the following Addenda are applicable: FAR 52.216-18, Ordering - effective date of contract through a one (1) year period.; FAR 52.216-19, Order Limitations - (a) Minimum Order: 40 nylon rope reels; (b) Maximum order: The contractor is not obligated to honor (1) Any order for a single item in excess of 250 nylon rope reels, (2) Any order for a combination of items in excess of 250 nylon rope reels, or (3) A series of orders from the same ordering office within thirty (30) calendar days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this provision; and (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within five calendar days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. Minimum and maximum ordering limitations will be based upon the total reels from the Schedule not to exceed 250 reels per year or 750 reels over the life of the contract, without mutual agreement of both parties; FAR clauses 52.203-3, 52.203-10, 52.204-4, 52.204-7, 52.217 9, 52.242-15; CAR clauses 1352.201-70, 1352.201-71, and 1352.233-71 are applicable to this synopsis/solicitation. Also clause entitled, Economic Price Adjustment-Semistandard Supplies is applicable with full text and provided as Attachment 2. Inquiries must be received no later than fifteen (15) calendar days after the posted date of this solicitation, to allow for response. Responses to inquiries received after that date will be at the discretion of the Government. Clarification responses may be provided orally or in writing. However, questions which are determined to require an amendment to the solicitation will only be addressed through that amendment. Offerors must submit all questions concerning this solicitation in writing either by email to l: Mona.M.Ash@noaa.gov, or by fax at 206/526-6025. Agency level protest procedures can be found in full text at http://oamweb.osec.doc.gov/CAPPS_car.html, under CAR Part 1333. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2009) required to Implement Statues or Executive Orders Commercial Items, the clauses cited within the clause as indicated below are applicable: FAR clauses 52.203-6, 52.203-13, 52.216-22, 52.219-6, 52.219-8, 52.219-26, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-1, 52.225-5, 52.225-13, 52.232-30, 52.232-33, 52.233-4, and 52.247-34. Quotes are due in the office of NOAA's Western Region Acquisition Division, address noted above, by 1:00 PM (local time) on June 22, 2009. All quotes received by the due date will be considered by the Government. Facsimile (fax) or email quotes are not acceptable. (c) Proposals shall be marked on the outside of the mailing package with the following information: SOLICITATION NO.: _____________________________ DATE FOR RECEIPT OF QUOTES: _____________________________ TIME FOR RECEIPT OF QUOTES: ___________PM OFFICE DESIGNATED TO RECEIVE QUOTES: _____________________________ Offerors are responsible for submitting proposals, and any revisions, to reach the Government office designated, Western Acquisition Division's (WAD) office in Seattle, WA, by the time specified in the synopsis/solicitation. Any package not marked or incorrectly marked for identification as a proposal and is subsequently delivered late will not be considered for award. All contractors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR) and may register at the following web site: http://www.ccr.gov. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2009) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the On-Line Representations and Certifications Application (ORCA) website, the offeror shall complete only paragraphs (c) through (m) of this provision. All responsible, responsive sources may submit an offer which will be considered by the Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133R-09-RQ-0571/listing.html)
 
Place of Performance
Address: Seattle, Washington, 98115, United States
Zip Code: 98115
 
Record
SN01832065-W 20090603/090601234526-83dd1026dac4313ae3102ca457c3289f (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.