Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2009 FBO #2748
SOLICITATION NOTICE

96 -- AISI-SAE 4340 Steel Bars and NIST 16NiCrMo13 Steel - Attachment 1 - Table

Notice Date
6/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
331111 — Iron and Steel Mills
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, Colorado, 80305-3328
 
ZIP Code
80305-3328
 
Solicitation Number
RA1341-09-RQ-0435DR
 
Archive Date
6/12/2009
 
Point of Contact
DianaRomero, Phone: 303-497-3761
 
E-Mail Address
diana.romero@noaa.gov
(diana.romero@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Requirements for NFA35565(94) Table COMBINED SYNOPSIS/SOLICITATION AISI-SAE 4340 Steel Bars and NIST 16NiCrMo13 Steel (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13.5. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA1341-09-RQ-0435DR. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. (IV) This solicitation is total small business set aside. The associated NAICS code is 331111. The small business size standard is 1,000 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN NO. 0001 - AISI-SAE 4340 Steel Bars, Quantity estimated at 7,000 lbs., in accordance with the following specifications. CLIN NO. 0002 - 16 Ni CrMo13 Steel Bar - Quantity estimated at 250 to 300 lbs., in accordance with the following specifications. (VI) Description of requirements is as follows: Specifications for CLIN NO. 0001 AISI-SAE 4340 Steel Bars Introduction: The Materials Reliability Division of the National Institute of Standards and Technology (NIST) requires AISI-SAE 4340 steel bars, which NIST will use to produce precisely machined and heat treated Charpy V-notch specimens. These specimens shall be sold by NIST as standard reference materials to certify the performance of Charpy V-notch impact machines. The steel must be of the highest quality possible to ensure uniform impact properties and long term stability (resistance to aging) of the reference material. The American Society for Testing Materials specification E23 describes this test and these specimens. Compositional and melting requirements: NIST require AISI 4340 steel bars, from a single heat to minimize compositional and micro¬structural variation. Because steel plants produce steel in different heat sizes (inherent to their facilities), NIST will allow some flexibility by bracketing the quantity of the steel to be purchased and setting a maximum of $100,000.00 for the purchase of CLIN No. 0001. The steel shall be produced using a double-vacuum-melting procedure (vacuum-induction-melt vacuum-arc-remelt, VIM-VAR). The steel shall meet the compositional requirements of AISI-SAE alloy 4340. The steel must also meet the stricter requirements of AMS 6414, which describes steel production by a vacuum-melting procedure. In addition, we desire the phosphorus, sulfur, vanadium, niobium, titanium, and copper contents of the steel to be low. The maximum concentrations (in mass %) allowed for these elements shall be: (1) P = 0.010, (2) S = 0.010, (3) V = 0.030, (4) Nb = 0.005, (5) Ti = 0.003, and (6) Cu = 0.35. Maximum concentrations for nitrogen, oxygen, and hydrogen are not specified, however, NIST requires that these elements (and inclusions) are at levels typically found for VIM-VAR 4340 steel. The composition shall be certified using standard analytical procedures (such as optical emission spectroscopy or x-ray fluorescence), and the equipment is calibrated by standards traceable to NIST. The composition shall be measured at the top and bottom of the remelted ingot. These two measurements shall be included in the documentation with the order, meet our compositional requirements, and meet the limits on residuals given above. Deviations between the two measurements (in mass percent between the top and bottom of VAR ingot) cannot exceed 0.030 for C, Si, and Mo; 0.10 for Mn; 0.030 for Cr; 0.050 for Ni; 0.003 for P; and 0.001 for S. Product Form: The ingots shall be forged, rolled to billet, conditioned, then hot rolled to bar. The bar shall be finished to 0.50 inch square bar (+0.15 inch, -0.00 inch) and straighten. The corner radius of the finished bars cannot exceed 0.03 inches. The microstructure shall be uniform through the thickness, with a maximum acceptable grain size of ASTM number 7. In other attributes (decarburization, segregation, surface condition, etc.), the steel must be suitable for use as 10 mm square Charpy V-notch specimens. The 0.50 inch bar shall be fully annealed to a hardness of RB-95 max. The suggested cycle is as follows: (1) heat to 1550 ºF and hold for 6 hours, (2) furnace cool to 1200 ºF and hold 12 hours, and (3) furnace cool to 800 ºF and air cool to room temperature. NIST will accept alternate heat-treating schedules by mutual agreement. The goal is to produce bars with a minimum of large carbides in the structure, the most uniform carbide pre¬cipitation possible, and a uniform hardness. The bar is required to be machine straightened (for twist and bow), and shipped in lengths of no more than 6 feet. The bar shall be packaged in bundles identified with reference to the ingot position from which it was processed. This identification is used to limit the material used for a given lot to a single ingot location, which reduces micro-structural inhomogeneities between bars. The bundles must weigh less than 4000 lb, which is the capacity of the NIST fork lift truck. Specifications for CLIN NO. 0002: NIST 16NiCrMo13 Steel Purchase Introduction: The materials Reliability Division of NIST requires AISI-SAE 4340 steel bars, which we will use to produce precisely machined and heat treated Charpy V-notch specimens. These specimens shall be evaluated by NIST for use as a standard reference material to certify the performance of Charpy V-notch impact machines. The steel must be of the highest quality possible to ensure uniform impact properties and long term stability (resistance to aging) of the reference material The American Society for Testing Materials specification E23 describes this test and these specimens. Compositional and melting requirements: We require 16NiCrMo13 steel bars, from a single heat to minimize compositional and microstructure variation. Because steel plants produce steel in different heat sizes (inherent to their facilities), we allow some flexibility in our contract by bracketing the quantity of the steel to be purchased. The steel shall be produced using a vacuum-induction-melt (VIM) to produce a 6 inch diameter electrode, which is then electro slag re-melted (ESR) to an 8 inch diameter ingot. The goal here is to achieve deep desulfurization and refinement of non-metallic inclusions, a homogenous distribution of non-metallic inclusions, a fine-uniform grain structure, and low macrosegregation. The steel shall meet the compositional requirements of AFNOR NFA35565(94). In addition, we desire the phosphorus, vanadium, titanium, and boron levels to be low. The maximum concentrations (in mass %) allowed for these elements shall be: (1) P =0.02, (2) V = 0.02, (3) Ti = 0.01, and B = 0.005. Maximum concentrations for nitrogen, oxygen, and hydrogen are not specified, however, we require that these elements (and inclusions) are at low levels typically found for VIM-ESR steel. Reasonable modifications can be requested for the compositional requirements. SEE ATTACHED TABLE -ATTACHMENT 1 The composition shall be certified using standard analytical procedures (such as optical emission spectroscopy or x-ray fluorescence), and the equipment is calibrated by standards traceable to NIST. The composition shall be measured at the top and bottom of the re-melted ingot. These two measurements shall be included in the documentation with the order, meet our compositional requirements, and meet the limits on residuals given above. Deviations between the two measurements (in mass percent between the top and bottom of VAR ingot) cannot exceed 0.030 for C, Si, and Mo; 0.10 for Mn; 0.030 for Cr; 0.050 for Ni; 0.003'for P; and 0.001 for S. Product form: The ingots shall be forged, rolled to billet, conditioned, then hot rolled to bar. The bar shall be finished to 0.50 inch square bar (+0.15 inch, -0.00 inch) and straighten. The corner radius of the finished bars cannot exceed 0.03 inches. The microstructure shall be uniform through the thickness, with a maximum acceptable grain size of ASTM number 7. In other attributes (decarburization, segregation, surface condition, etc.), the steel must be suitable for use as 10 mm square Charpy V-notch specimens. The 0.50 inch bar shall be fully annealed to achieve a uniform hardness and microstructure. The goal here is to produce bars with a minimum of large precipitates in the structure, the most uniform microstructure possible, and a uniform hardness. The bar is required to be machine straightened (for twist and bow), and shipped in lengths of no more than 6 feet. The bar shall be packaged in bundles identified with reference to the ingot position from which it was processed. This identification is used to limit the material used for a given lot to a single ingot location, which reduces microstructural inhomogeneities between bars. The bundles must weigh less than 4000 lb, which is the capacity of our fork lift truck. (VII) Required delivery 120 days ARO. Place of delivery is 325 Broadway, Bldg. 22, Boulder, CO 80305-3328. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide 1) Technical specifications: certification that the steel composition meets or exceeds the specification as listed under part (VI Description of requirements, 2) References for past performance, 3)Delivery schedule, and 4) Delivery schedule. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Award will be made based to the Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Specifications - The contractor shall submit the certifications as described under Compositional and melting requirements with their quotation. 2) Past Performance - the quotation shall include no fewer than two (2) references, including address, phone number, and point of contact, from users who recently been sold equivalent of the proposed items. Past performance will be evaluated in terms of quality, timeliness, and customer satisfaction. 3) Delivery - the quotation shall state delivery time. 4) Price (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). (18) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (26) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (32)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Feb 2009) (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, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: None in this subparagraph apply. (XIII) The following clauses are also applicable to this acquisition: 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 electronically at this/these address(es): http:www.arnet.gov (End of clause) 52.211-16 Variation in Quantity (Apr 1984) (a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: +/- 10% Percent increase +/- 10% Percent decrease This increase or decrease shall apply to the total quantity of each item without regard to destination. (End of clause) The following additional terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) DOC Local Clauses: 1352.216-70 Contract Type (March 2000) - This is a Firm Fixed Price type contract. 1352.201-70 Contracting Officer's Authority (March 2000) 1352.208-70 Printing (March 2000) 1352.209-71 Organizational Conflict of Interest (March 2000) 1352.209-73 Compliance with the Laws (March 2000) 1352.233-70 Harmless from Liability (March 2000) 1352.215-73 Inquiries (March 2000) 1352.233-71 Service of Protests (March 2000) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) The Government intends to award a firm-fixed-price type order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 12:00 P.M. MST/MDT on June 10, 2009. All quotes must be faxed or emailed to the attention of Diana Romero. The fax number is (303) 497-7791 and email address is Diana.Romero@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Diana Romero, 303-497-3761, Diana.Romero@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA1341-09-RQ-0435DR/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN01834334-W 20090605/090603234644-459b3fce11239ce0c44d50a995c51ff3 (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.