Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2009 FBO #2771
SOLICITATION NOTICE

J -- REFURBISH 14-REACTOR FUEL STEEL DRUM

Notice Date
6/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
SDD90000022
 
Archive Date
7/23/2009
 
Point of Contact
Christina Johnson, Phone: (301) 295-3069, Dolores E May, Phone: 301-295-3922
 
E-Mail Address
cjohnson@usuhs.mil, dmay@usuhs.mil
(cjohnson@usuhs.mil, dmay@usuhs.mil)
 
Small Business Set-Aside
N/A
 
Description
The Uniformed Services University of the Health Sciences (USUHS), Bethesda, MD has a requirement to refurbish 14 reactor fuel steel drums. T his 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. It will be the responsibility of the contractor to check the website for the issuance of any amendments/changes to the solicitation. Quotes are being requested and a written solicitation shall not be issued. This Request for Quotations (RFQ) incorporates all provisions and clauses in effect through Federal Acquisition Circular 05-33. The North American Industry Classification System (NAICS) code is 332420 and a size standard of 500 employes. This requirement is full and open. This requirement is for a firm fixed priced contract for the following Contract Line Item Number (CLIN): Description and quantity (QTY): CLIN 0001 Refurbish 14 Reactor Fuel Steel Drums In accordance with the enclosed specifications the contractor is required to repair 14 reactor fuel steel drums. QTY: 14 ea Required work shall be completed within two to three weeks. The Government requires the best commercial warranty offered to the general public and to the vendor's best customer. Point of Delivery: FOB Destination Location: Armed Forces Radiobiology Research Institute (AFRRI) 8901 Wisconsin Avenue Bethesda, MD 20889-5603 STATEMENT of WORK (SOW) GENERAL REQUIREMENT Contractor shall provide all supervision, labor, material, and equipment to pick up and load 14 steel drums lined with concrete weighing approximately 2,200 lbs. each located at the Armed Forces Radiobiology Research Institute (AFRRI), Bldg. 42. All work will be performed at contractor's location and drums will be returned to AFRRI once all work is completed. GOVERNMENT SUPPLIED MATERIAL The Government will not furnish any supplies and equipment. ACCESS TO BUILDING All contractor employees shall obtain the required employee, and vehicle passes through the Contracting Officer's Representative (COR). The area to access is restricted and contractor's employees must be a United States citizen and have proper identification. A valid driver's license, passport, passport with working visa, and an United States Permanent Resident Card also know as a green card are acceptable identifications. HOURS OF WORK Work associated with the pick-up and delivery shall be performed during normal working hours, 7:00 am to 4:00 p.m., Monday through Friday. Any work that needs to be performed beyond these hours shall be requested in writing five days in advanced and approved by the Contract Specialist before work commences. PERFORMANCE PERIOD Any contractor awarded as a result of an offer submitted in response to this solicitation shall be effective from date of award. GENERAL STATEMENT This Statement of Work shall be subject to all Federal Acquisition Regulations; Federal, State, and Local safety requirements, and fully meet industry standards. EQUIPMENT AND MATERIALS All materials and workmanship shall be manufactured and installed in accordance with all National and Federal Standards, Publications, and Codes for this type of work. The contractor shall provide all materials and supplies to perform the work as described in this Statement of Work (Statement of Work). SPECIFIC TASKS •1. Abrasive blast to an Society for Protective Coatings (SSPC) SP-6/National Association of Corrosion Engineers (NACE) No. 3, Commercial Blasting Cleaning Specifications down to bare metal. 1.1 This joint standard covers the requirements for commercial blast cleaning of uncoated or coated steel surfaces by the use of abrasives. These requirements include the end condition of the surface and materials and procedures necessary to achieve and verify the end condition. 1.2 A commercial blast cleaned surface, when viewed without magnification, shall be free of all visible oil, grease, dust, dirt, mill scale, rust, coating, oxides, corrosion products, and other foreign matter. 1.3 Random staining shall be limited to no more than 33 percent of each unit area of surface (approximately 5,800 mm2 [9.0 in.2] (i.e., a square 76 mm x 76 mm [3.0 in. x 3.0 in.]) and may consist of light shadows, slight streaks, or minor discolorations caused by stains of rust, stains of mill scale, or stains of previously applied coating. 1.4 SSPC-SP 6 is one of the complete collections of SSPC standards, guides, and specifications that members can access through the new SSPC Members Only Download Area. Nonmembers can purchase PDF copies through SSPC Online Standards Store. 1.5 Photographs depicting SP 6 surfaces can be found in SSPC-VIS 1, Guide and Reference Photographs for Steel Surfaces Prepared by Dry Abrasive Blast Cleaning, and in SSPC-VIS 5/NACE VIS 9, Guide and Reference Photographs for Steel Surfaces Prepared by Wet Abrasive Blast Cleaning. •2. Repair any rust damage. •3. Prep surface with one primer coat of Sherwin Williams Macropoxy 646 Fast Cure Epoxy or preapproved equivalent. •4. Surfaces will receive one finish coat of Sherwin Williams Acrolon 218 Gloss Urethane Coating or preapproved equivalent. •5. Reapply shipping stencils. Stenciling is currently applied to the drums. The contractor will need to remark in the same fashion after the topcoat is applied. •6. After completion the contractor shall deliver the 14 steel drums to AFRRI, Bldg. 42, Exposure Room 3. SUBMITTAL Three (3) copies of the proposed material submittals are required with the contractor's offer. The Contractor shall certify on all submittals that the material being proposed conforms to contract requirements. In the event of any variance, the Contractor shall state specifically which portions vary, and request approval of a substitute. Incomplete submittals and submittals with inadequate data will be rejected. When required, catalog data shall be printed pages on permanent copies of manufacturer's catalogs. Evaluation Procedures: The Government will award to the responsible offeror whose offer conforms to the combined synopsis/solicitation, is most advantageous to the government, based on the price and other factors considered (e.g. quality, delivery, and warranty). To be eligible for contract award, a contractor must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR web site at http://www.ccr.gov. All offerors are required to submit a completed copy of the Federal Acquisition Regulations (FAR) Provision 52.212-3, Offeror Representations and Certifications - Commercial Item, with the offer. The following FAR provisions and clauses that apply are: 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-6 Data University Numbering System (DUNS) 52.204-7 Central Contractor Registration 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Offeror Representation and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions-Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues The clauses cited within are applicable 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-36 Payment by Third Party 52.222-41 Service Contract Act of 1965 52.222-22 Previous Contracts and Compliance Reports 52.225-13 Restrictions on Certain Foreign Purchases 52.233-4 Applicable Law for Breach of Contract Claim 52.252-1 Solicitation Provision Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 252.204-7004 Alt A Central Contractor Registration 252.232-7010 Levies on Contract Payments 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items The clauses cited within are applicable 52.203-3 Gratuities 252.243-7002 Requests for Equitable Adjustment 252.243-7001 Pricing of Contract Modifications All FAR and DFARS provisions and clauses can be viewed and accessed electronically at www.gsa.gov/far and www.arnet.gov. Direct any questions or inquiries in writing to Christina Johnson, Contract Specialist, at Directorate of Contracting, RM A1040C, USUHS, 4301 Jones Bridge Road Bethesda, MD 20814-4799 or via e-mail: cjohnson@usuhs.mil by July 3, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/SDD90000022/listing.html)
 
Place of Performance
Address: 8901 Wisconsin Avenue, Bethesda, Maryland, 20889, United States
Zip Code: 20889
 
Record
SN01858210-W 20090628/090627000322-4006245820ef20cf52d24a3a32fa6307 (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.