Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2009 FBO #2910
SOLICITATION NOTICE

40 -- Rail Chain Tiedown Assembly

Notice Date
11/10/2009
 
Notice Type
Presolicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Other Defense Agencies, United States Transportation Command, USTRANSCOM Command Acquisition, 508 Scott Drive, Bldg 1900, Scott AFB, Illinois, 62225, United States
 
ZIP Code
62225
 
Solicitation Number
HTC711-10-R-0001
 
Archive Date
11/27/2009
 
Point of Contact
Johnny M Lanctot, Phone: 6182292516, G. Todd Spencer, LTC, Phone: 618-229-2559
 
E-Mail Address
johnny.lanctot@ustranscom.mil, todd.spencer@ustranscom.mil
(johnny.lanctot@ustranscom.mil, todd.spencer@ustranscom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
USTRANSCOM/TCAQ anticipates issuing a RFP on or about 27 November 2009 for rail chain tiedown assemblies in support of rail operations. This is a 100% Small Business Set-Aside competition, lowest cost, firm fixed price contract. Specification for Chain Tiedown Assembly 1. Assemblies and their components shall conform to all requirements of the Association of American Railroads (AAR), as of the date of shipment, as found in the current edition of the AAR Open Top Loading Rules, as amended. AAR publications can be ordered by calling toll-free 877-999-8824. 2. Assemblies shall have a working load limit of not less than 13,750 lbs., a proof test of not less than 27,500 lbs., and a minimum breaking strength of 55,000 lbs. 3. The Government shall receive certification within 30 days from date of award from a certified independent testing laboratory, confirming that at least three assemblies out of five supplied and tested and otherwise meeting this specification have been proof tested without distorting the chain links and have been tested to the minimum breaking strength without failure (distortion, as contrasted with separation, of chain links at forces beyond the proof test limit will be not be consider failure). The report shall be sent directly from the testing laboratory to the Government (Johnny.Lanctot@ustranscom.mil, address Johnny M. Lanctot, USTRANSCOM TCAQ-S, 508 Scott DR, Scott AFB, IL, 62225-5357). The testing laboratory must disclose how many series of five assemblies were tested in order to produce a successful test outcome. If more than one series is tested the testing laboratory must enclosed reports on the failed test series as well. If the testing laboratory furnishes a report on more than one test series, the Contractor shall furnish the Government with a letter detailing what corrective actions, if any, were taken by the Contractor between each test series. The testing and report shall be adequate to meet the AAR Open Top Loading Rules, Section 1, paragraph 21.7.9 requirements for load binder testing and approval. 4. The assemblies shall include the following components: a. A chain anchor device which shall interface with the standard flat car tiedown anchor channel by matching four pairs of projections on the anchor with corresponding notches in the anchor channel. The four pairs of projections and notches are necessary to engage enough of the anchor channel to achieve a strength matching that of the chain tiedown assembly. The design and dimensions of the anchor shall permit the anchor to be inserted into a ‘deep’ anchor channel design at any point along the anchor channel. The anchor device shall be placed at one extreme end of the assembly. b. An acceptable load binder of any type mentioned in the AAR Open Top Loading Rules, Section 1, paragraph 21.7.2, provided that it is permanently attached as an integral component in the assembly. Lever-type binders shall be designed such that when lever handles are released from their locking device the handles are not under live load. Ratchet-type and turnbuckle-type load binders shall be lubricated with persistent grease and equipped with a fitting for adding additional lubrication without disassembly. Ratchet-type and turnbuckle-type load binders need not have an attached handle, provided that they can be tightened with an adjustable or monkey wrench. The load binder shall have a locking device to prevent loosening while in transit. The locking device shall not be a jam nut or other arrangement that loses its effectiveness as a result of wear caused by repeated use. c. A compression unit or shock absorber to reduce shocks that would otherwise distort the chain or break a component of the assembly when under load. The compression unit or shock absorber shall be functional at least up to the working load limit. d. A means of shortening the chain length of the assembly during attachment to a load sufficient for the load binder to tighten the assembly to the required tension. If the device is to be a hook it shall be a claw hook. e. A clevis-type slip hook, with the ability to accept at least a nominal 1.75” shackle body and to interface with all equipment tiedown provisions that meet MIL-STD-209K, to be placed at the extreme end of the assembly opposite the chain anchor device. The hook shall not have a locking latch or provision for attaching a locking latch. f. Chain with a weight not greater than that of nominal ½” special alloy chain and marked as required by the AAR Open Top Loading Rules, Section 1, paragraph 21.2 and Table 21.5. g. A metal tag stamped with, at minimum, “Department of Defense”, the name of the manufacturer, the year sold, and the manufacturer’s part number. 5. Components shall be attached to each other, and compression units shall be assembled, with AAR-approved coupling or repair links, as found in the AAR Open Top Loading Rules, Section 1, paragraph 21.29.1 and Table 21.3. Compression units shall be assembled with devices that shall permit parts to be replaced without the use of cutting or welding. The components shall be attached to each other so that the assembly, when anchored at one end and hooked to a shackle mounted to a vehicle with its pin in a horizontal plane, shall not exhibit a twisting of the chain or of any other component with respect to the component(s) with which it is joined. 6. Ferrous components other than the chain must be painted or hot dip galvanized, unless forbidden by AAR specifications for the component. 7. The overall length of the assembly from the attachment point of the anchor to the attachment point of the slip hook shall be not less than 10’ with the load binder at full extension. This requirement will be restricted to small business only. The contract will be for a period of date of award to 30 September 2010. The applicable NAICS code is 332999 All Other Miscellaneous Fabricated Metal Product Manufacturing and the size standard is $18M. No hard copies of the solicitation will be issued. The solicitation will only be available from the following website: http://www.fbo.gov. Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive a contract award. If you are not registered, you may request an application via 888-227-2423 or go to website http://www.ccr.gov. All comments or questions should be addressed in writing to Johnny Lanctot, Contract Specialist, (618) 229-2516. E-mail: johnny.lanctot@ustranscom.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USTC/USTRANSCOM/HTC711-10-R-0001/listing.html)
 
Place of Performance
Address: SDDC OPERATIONS CENTER PR W4PC MSDDC FOA FT EUSTIS 661 SHEPARD PLACE, Ft. Eustis, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN02001566-W 20091112/091110235356-5855be5a304b8d799ed9b06c57fb43eb (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.