Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

99 -- 55,000 square yards of geogrid material

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424990 — Other Miscellaneous Nondurable Goods Merchant Wholesalers
 
Contracting Office
US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-09-Q-0055
 
Response Due
9/21/2009
 
Archive Date
11/20/2009
 
Point of Contact
Celestine Evans, 901-544-3184
 
E-Mail Address
US Army Corps of Engineers, Memphis District
(Celestine.G.Evans@mvm02.usace.army.mil)
 
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, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912EQ-09-Q-0054 and is being issued as a Request for Quote (RFQ). This procurement is 100% Small Business Set-Aside. The associated NAICS code is 424990 with 100 employees. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes shall be submitted electronically, either through https://acquisition.army.mil/asfi/solicitation_search_form.cfm or by emailing celestine.g.evans@usace.army.mil. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation on company letterhead to include all charges for the following items to be delivered in accordance with specifications below: CLIN 0001: 55,000 Square Yards, Geogrid Material CLIN 0002: Option 1, Additional 5,000 square yards CLIN 0002: Option 2, Additional 5,000 square yards SECTION A DESCRIPTION/SPECIFICATIONS/WORK STATEMENT. A-1. SCOPE. The work to be done under these specifications consists of furnishing and delivery of 55,000 square yards of geogrid material as specified herein to the Memphis District Corps of Engineers, Ensley Engineer Yard, 2915 Riverport Rd., Memphis, TN 38109. A-2. APPLICABLE PUBLICATIONS. The publications listed below form a part of this specification to the extent referenced. The publications are referred to in the text by the basic description. (1)American Society for Testing and Materials (ASTM). D 1777-96 Standard Test Method for Thickness of Textile Materials D 5261-92 Standard Test Method for Measuring Mass Per Unit Area of Geotextiles (R 1996) D 4354-99 Standard Practice for Sampling of Geosynthetics for Testing D 4595-05 Standard Test Method for Tensile Properties of Geotextiles by the Wide-Width Strip Method (2)Geosynthetic Research Institute (GRI). GG4(b)Determination of the Long Term Design Strength of Flexible Geogrids A-3. MATERIALS. A-3.1. Geogrid. A geogrid is defined as a network of integrally connected polymer tensile elements with aperture geometry sufficient to permit significant mechanical interlock with the surrounding soil. The geogrid shall be woven grid or a punched sheet-drawn polymer structure composed of PVC-coated or acrylic latex-coated polyester, polyethylene or polypropylene with the minimum required properties, as determined by the applicable ASTM standards listed in A-2 above. A-3.2. Properties. The geogrid shall be a flexible geogrid and shall meet the physical requirements listed in Table No. 1 below. The long term design strength shall be based on GRI GG4(b). A-4. CERTIFICATION. The Contractor shall submit a manufacturers certification that the geogrid material supplied meets the design criteria specified in Table No. 1 of this specification. In case of dispute over validity of values, the Contractor will be required to supply test data from an approved laboratory to support the certified values submitted. A-5. QUALITY CONTROL. The Contractor shall establish and maintain quality control for the work specified in this section to ensure compliance with contract requirements. A copy of these records and tests, as well as the records of corrective action taken, shall be furnished to the Government. TABLE NO. 1 GEOGRID SPECIFICATIONS PROPERTIESTEST METHODUNITVALUE GEOMETRY Aperture SizeIn0.8 x 0.8 Open Area75% (min) Wide Width Tensile StrengthASTM D 4595Lb/Ft Ultimate (MD) Lb/FT Ultimate (CMD)1500 (min) 615 (min) ThicknessASTM D 1777 - RibMils40 (min) - JunctionMils60 (min) WeightASTM D 5261Oz/SY5.0 (min) Roll Weight (gross)Lb120 (max) Roll WidthFt11 (min) Elongation at BreakASTM D 4595%15 (max) STRENGTH Long Term Design Strength (75 year)GRI GG4(b)Lb/Ft750 (min) SECTION B PACKAGING AND MARKING. B-1. PACKAGING. During all periods of shipment, the geogrid materials shall be protected from direct sunlight, ultra-violet rays, temperatures greater than 140 degrees F, mud, dirt, dust and debris. The geogrid materials shall also be protected from any physical damage such as tearing. The rolls of geogrid shall be placed on pallets for shipping to allow loading and unloading via forklift. No more than 20 rolls of geogrid shall be placed on each pallet. The geogrid shall be secured to the pallets in a manner that prevents shifting of the rolls during loading and unloading. B-2. MARKING. Each roll of geogrid shall have an attached label indicating the width, length, number of square feet and weight. SECTION C INSPECTION AND ACCEPTANCE. C-1. ACCEPTANCE REQUIREMENTS. Geogrid will be accepted on the following basis: C-1.1. Mill Certificate. The Contractor shall furnish the Government, in duplicate, a mill certificate and an affidavit signed by a legally authorized official from the company manufacturing the geogrid. The mill certificate and the affidavit shall attest that the geogrid meets the physical and manufacturing requirements stated in this specification. C-1.2. Samples. If requested by the Government, the Contractor shall provide geogrid samples for testing to determine compliance with any or all of the requirements in this specification. All samples provided shall be from the same production lot as will be supplied for the contract. All samples shall be the full manufactured width of the geogrid and shall be at least 10 feet in length. Samples submitted for testing shall be identified by manufacturers lot designation. Samples shall be taken in accordance with ASTM D 4354. All materials failing to meet the specifications will be rejected. When so rejected the material shall remain the property of the Contractor. SECTION D DELIVERIES OR PERFORMANCE. D-1. DELIVERY. The material to be supplied under this purchase order shall be delivered F.O.B. to Ensley Engineer Yard, 2915 Riverport Rd., Memphis, TN 38109 by a truck with a flatbed or flatbed trailer (enclosed conveyance is not acceptable) within 15 calendar days after issuance of the purchase order by the Government. Prior to shipment, the Contractor shall provide 48 hours advance notice of delivery date to the Government by contacting one of the following personnel: Matt Pierce(901) 544-0950 Kevin Williams (901) 544-0947 Terry Phifer(901) 544-0985 Lawrence Thomas(901) 544-0887 SECTION E MEASUREMENT AND PAYMENT. E-1. Measurement. The quantity of geogrid material delivered to Ensley Engineer Yard shall be measured by the square yard. Each roll shall have a label attached specifying the width, length, total number of square feet and weight. E-2. Payment. Payment will be made at the purchase order unit price for the quantity of acceptable geogrid material delivered to Ensley Engineer Yard. No payment shall be made for geogrids replaced because of Contractors fault or negligence. SECTION F RENDITION OF INVOICES AND VOUCHERS. F-1. Submission of Invoices. Invoices shall be submitted in triplicate, typewritten or with pen and ink. Terms of payment must be stated, including cash discount, if any. F-2. Routings of Invoices and Vouchers. Invoices or vouchers shall be sent to the following address: USAED, Memphis CEMVM-OD-PRG (ATTN: M. Pierce) Ensley Engineer Yard 2915 Riverport Rd. Memphis, TN 38109 Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses can be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.212-1 - Instructions to Offerors--Commercial Items is applicable to this solicitation; FAR 52.212-3Offeror Representation and Certifications--Commercial Items. FAR 52.212-4 - Contract Terms and Conditions--Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Dev); FAR 52.219-6, Notice of Total Small Business Set-Aside (June 2003); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial ItemsFAR 252.225-7001 Buy America Act and Balance of Payments Program (JUN 2005); FAR 252.232-7003 Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 21 September 2009 no later than 11:00 AM local time at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-09-Q-0054 addressed to Celestine Evans, Contract Specialist, Phone (901) 544-3184, Fax (901) 544-3710, email: celestine.g.evans@usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) database prior to award will not be eligible for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ-09-Q-0055/listing.html)
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN01959983-W 20090919/090918001252-281939e03ef69ee75a9b008b0b4b92ab (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.