Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2011 FBO #3520
SOLICITATION NOTICE

99 -- Wanted: Miter Gate/Tainter Valve Parts for the Lock and Dam 7, Located in La Crescent, MN.

Notice Date
7/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339991 — Gasket, Packing, and Sealing Device Manufacturing
 
Contracting Office
USACE District, St. Paul, Contracting Division CEMVP-CT, 180 East Fifth Street, St. Paul, MN 55101-1678
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES-11-T-0070
 
Response Due
7/27/2011
 
Archive Date
9/25/2011
 
Point of Contact
Shannon Matthews, 651-290-5304
 
E-Mail Address
USACE District, St. Paul
(shannon.matthews1@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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. i) This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR PART 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. ii) Solicitation Number: W912ES-11-T-0070, this is being issued as a request for quotes (RFQ). Quotes are due no later than 27 July 2011 at 10 am. CDT. iii) The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular. iv) This procurement will be a 100% set aside for service disabled veteran business under NAICS code: 339991, Size Standard: 500. v) Contract Line Items CLINItem Qty Wt/Ea Unit of Measure 0001Miter Gate Parts 0001AA Gudgeon Pin Bushing 8 23 EA 0001AB Gudgeon Pin 4 413 EA 0001AC Trunnion Pin 8 86 EA 0001AD Clamping Plate 8 1 EA 0001AE Stiffener Plate 8 2 EA 0001AF Clamping Bar 8 1 EA 0001AG Upper Strut Connection Bushing 4 27 EA 0001AH Lower Strut Connection Bushing 4 24 EA 0001AJ Gate Strut Bushing 1 4 14 EA 0001AK Gate Strut Bushing 2 4 10 EA 0001AL Buffer Yoke Pin 4 66 EA 0002 Tainter Valve Fasteners 0002AA Seal Strip Bolts 18 EA 0002AB Seal Block Bolts 18 EA 0002AC Side Seal Angle Bolts 460 EA 0002AD Side Seal Bolts 292 EA 0003 Miter Gate Fasteners 0003AA Gudgeon Pin Bushing Bolts 36 EA 0003AB Miter Seal Parts 54 EA 0004 Strut Arm Fasteners 0004AA Bolts for 21/10-A3 & A4 54 EA 0004AB Bolts for Bushing 1 & 2 44 EA 0004AC Cotter Pin for 21/10-P13 6 EA vi) Requirements are defined as follows: Scope of work LOCK 7 DEWATERING MITER GATE AND TAINTER VALVE MECHANICAL PARTS 1. GENERAL. Furnish parts and quantities as specified in the following table: PART NAMEREFERENCE DRAWING AND MARK NUMBERREQUIRED MATERIALWT/EA. (LB)QTY/ EA. GUDGEON PIN BUSHINGML7-21/10-A14UNS C95400238 GUDGEON PINML7-21/10-GP1 UNS S1740O4134 TRUNNION BUSHING**ML7-25/2-TB-1UNS C95400868 CLAMPING PLATEML7-25/6-T10UNS S3040018 STIFFENER PLATEML7-25/6-T11UNS S3040028 CLAMPING BARML7-25/6-T12UNS S3040018 UPPER STRUT CONNECTION BUSHINGML7-21/10-A3UNS C95400274 LOWER STRUT CONNECTION BUSHINGML7-21/10-A4UNS C95400244 GATE STRUT BUSHING 1ML7-22/7-8UNS C95400144 GATE STRUT BUSHING 2ML7-22/7-4UNS C95400104 BUFFER YOKE PINML7-21/10-P13UNS S17400664 NOTE ** Early delivery required for parts with double asterisk (**) designation. See Paragraph: DELIVERY DUE DATES. Drawings of these parts are included at the end of this specification section. Also furnish fasteners as specified in Paragraph 2.4. Also furnish hydraulic tubing and fittings as specified in Paragraph 2.5. 1.1 Applicable Publications. The latest issue of 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 designation only. 1.2.1 American National Standards Institute (ANSI) B1.1(2003) Unified Screw Threads B46.1(2002) Surface Finish 1.2.2 American Society for Testing and Materials (ASTM) A 325(2006) High Strength Bolts for Structural Steel Joints. A 564(2004) Hot-Rolled and Cold-Finished Age-Hardening Stainless Steel Bars and Shapes B 22(2002) Bronze Castings for Bridges and Turntables. B 148(2003) Aluminum-Bronze Sand Castings. 2.3 Society of Automotive Engineers (SAE). J429(1999) Mechanical and Material Requirements For Externally Threaded Fasteners. 1.3 SUBMITTALS Shop drawings and material certifications shall be submitted electronically via email to both the Government contracting officer representative and also to the Government technical point of contact. The Government technical point of contact is: DEPARTMENT OF THE ARMY St. Paul District, Corps of Engineers 180 5th Street East Saint Paul, Minnesota 55101-1638 CEMVP-EC-D. M.Klika (651)290-5575 mark.s.klika@usace.army.mil Government review turnaround time will be within five (5) calendar days from the date of receipt by the Contracting Officer. The Contractor will be notified by the Contracting Officer of the results of the review, and also of final approval. Any work performed prior to notification of approval shall be at the Contractor's own risk. 1.3.1 Shop drawings. The contractor shall submit shop drawings to the Government for all items furnished under this contract. Shop drawings may be copies of Government-furnished drawings, with markups to describe any/all proposed changes from the specified condition. Drawing markups shall include dimensions, tolerances, weld callouts, surface finishes, materials, tests and heat treatments. Furnish catalog cuts for standard products to indicate model numbers and salient characteristics of the part. Catalog cuts shall be furnished for fasteners to include fastener specification, size, and manufacturer. 1.3.2 Material Certifications. The Contractor shall submit dated copies of all purchase orders. The purchase orders shall identify the UNS alloy designation and the ASTM specification (as applicable) of all metal alloys to be used for each item. Purchase orders shall indicate the quantities and weights of each piece. All purchase orders shall be dated after the date of contract award. All purchase orders shall be accompanied with a listing of what parts are to be fabricated from the raw materials described. 2.0 PRODUCTS 2.1 TOLERANCES AND SURFACE FINISHES Where tolerances are not called out, dimensions shall be within (+/-)0.05 inch of the stated dimension. Surface finishes shall be in accordance with ANSI B46.1. All surfaces, machine finished or otherwise, shall be described on the shop drawings by symbols which conform to ANSI B46.1. Journal surfaces that will mate to bushings (pin outer diameters, bores, etc.) shall be finished to 16 micro inches or smoother. Roughness specified in the maximum value and any lesser degree will be satisfactory unless otherwise called for on the drawings. Compliance with specified surface shall be determined by sense of feel and visual inspection of the work compared to Roughness Comparison Specimens, in accordance with the provisions of ANSI B46.1. 2.2 GREASE GROOVES All bushing grease grooves shall be machine cut to the depth, width and layout as indicated on the drawings with radii or deburring to all sharp edges. Submit for approval the machine tool method used to produce the grease grooves. 2.3 PINS After heat treatment of the surface hardness to Brinnell Hardness Number range 350-400, polish the pin outside diameter to remove surface oxides. 2.4 FASTENERS Furnish fasteners as specified in the following table: PART NAMEREFERENCE DRAWING AND MARK NUMBERINCH SIZE AND THREAD DESIGNATIONQUANTITY NOTES TAINTER VALVE FASTENERS SEAL STRIP BOLTS**ML7-25/8-X100.5UNC X 5.51816 + 2 spare SEALING BLOCK BOLTS**ML7-25/8-X90.5UNC X 6.01816 + 2 spare SIDE SEAL ANGLE BOLTS**ML7-25/5-X40.75UNC X 3.0460448 + 12 spare SIDE SEAL BOLTS**ML7-25/9-X50.75UNC X 3.25292280 + 12 spare MITER GATE FASTENERS GUDGEON PIN BUSHING BOLTSML7-21/10-B143/8UNC X 1.25 FLATHEAD HEX SOCKET CAPSCREW 82-DEGREE3632 + 4 spare NO FLATWASHERS AND NO HEXNUT MITER SEAL BOLTSn/a0.75UNC X 3.55448 + 6 spare STRUT ARM FASTENERS BOLTS FOR 21/10-A3 & A4ML7-21/9-FS B9 & B150.75UNC X 2.25 ASTM A3255448 + 6 spare BOLTS FOR BUSHING 1 & 2 ML7-22/10-FS 22/10-M3/8UNC X 1.0 FLATHEAD HEX SOCKET CAPSCREW 82 DEGREE4440 + 4 spare NO FLATWASHERS AND NO HEXNUT COTTER PIN FOR 21/10-P13N/A0.5" DIA X 6" LONG64 + 2 spare All fasteners 18-8 stainless steel unless noted. Each bolt shall be furnished with two flatwashers and one locking nut unless otherwise noted. Flathead fasteners shall have 82-degree included angle or as approved. NOTE ** Early delivery required for parts with double asterisk (**) designation. See Paragraph: DELIVERY DUE DATES. All fasteners specified to be furnished with flatwashers and locknuts shall be each furnished preassembled loose with the 2 flatwashers and locknuts. All fasteners shall be furnished in 5-gallon steel pails sealed with reusable lids with contents clearly marked on the exterior. All parts of a given specification shall be furnished packaged together and not mixed with other specified parts. Do not mix together bolts of different sizes in the specified shipping pails. 3.0 EXECUTION 3.1 QUALITY CONTROL The Contractor shall establish and maintain a quality control system to assure compliance with the contract requirements and shall maintain records of all quality control operations covered by these specifications. 3.2 INSPECTION. At the discretion of the Contracting Officer, an inspection may be conducted in the Contractor's facility prior to shipment by a government representative to determine conformance with the specifications. The Contractor shall notify the Contracting Officer 4 calendar days in advance of the date the items will be ready for inspection. If the inspection and/or testing reveal any defect or unapproved deviation from the requirements of the contract which would make it unfit for proper performance, the Contractor will be required to satisfactorily remedy such conditions, at no additional cost to the Government. 3.2.1 Measurement Instruments. The Contractor shall have at the inspection pre-shipment site suitable micrometers, calipers, and similar precision equipment as required to allow the Government's inspector to verify all dimensions with tolerances (diameters) and surface finishes of Contractor-furnished components. 3.3 PACKAGING AND MARKING. Parts shall be packaged and shipped fully enclosed in weatherproof wooden shipping crate boxes with forklift skids, packing lists, and removable and reusable covers. Parts will be accounted upon delivery. Crates shall be externally marked with 2-inch tall block lettering to include the contract number and the following text: "LOCK 7 MECHANICAL PARTS." 3.5 DELIVERY DUE DATES. All of the Contractor-furnished components shall be delivered on or before 1 JANUARY 2012. Parts designated with a double asterisk (**) shall be delivered on or before 1 October 2011. 3.6 SHIPMENT. The bid price shall include the cost of transportation and unloading the destination site. Shipment shall be prepaid and made at the Contractor's expense. The Government will not unload parts from the Contractor's delivery truck at the below listed destination. All other shipping and handling costs to be borne by the Contractor. Shipment destination address and shipping point of contact is: US ARMY CORPS OF ENGINEERS LOCK AND DAM NO.7 33018 Highway 61 La Crescent, MN 55947-9538 LOCKMASTER: Mary DeFlorian (PHONE 507-895-2170) The Contractor shall notify the point of contact of the shipment at least 4 days before the scheduled delivery date. Delivery shall be between the hours of 7:00 A.M. and 3:00 P.M.. Monday thru Friday, except on Government holidays. Any delivery arriving after 3:00 P.M. will not be accepted by Government personnel until the next work period as designated above. viii) FAR 52.212-1 Instructions to Offerors - Commercial applies to this solicitation. Addendum to 52.212-1(b)(5) Terms of Express Warranty 1. The Contractor shall provide the standard commercial warranty or the warranty terms the Contractor offers to its most favorable customers, whichever is greater; however, the minimum warranty shall be one year. This excludes acts of Government negligence, acts of war and acts of nature. Any warranty offered shall be incorporated into the contract. The warranty shall include all parts, labor, transportation, and installation. 2. The contractor shall ensure each warranty includes details of the warranty duration and warranty coverage. Repairs required during the warranty period that are covered under the terms of the express warranty shall be the responsibility of the contractor providing the warranty. The Contractor and its suppliers may offer extended warranties in its quote, which may be accepted at the Government's discretion and included in the contract award. However, the offer of additional warranties will not affect technical acceptability or favor one contractor over another. 3. The contractor's terms of express warranty shall be incorporated into the contract award. ix) FAR 52.212-2, Evaluation - Commercial Items does apply to this solicitation. Evaluation of Proposals (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Quotes shall be evaluated IAW FAR Part 13 - Simplified Acquisition Procedures. Quotations will be evaluated using simplified acquisition procedures of FAR 13.106-2. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Award will be made to the lowest priced technically acceptable quote. The following factors will be used to evaluate offers: (i) Technical capability of the offeror to provide items that meet the government's requirement. To be considered for evaluation, all Contractors may submit an electronic proposal to the following email addresses no later than the stated due date. Submit an electronic proposal to Shannon.L.Matthews@usace.army.mil.You may also deliver hand carried offers to 180 5th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date. Submission of proposals via fax will not be accepted. Late Quotes Proposals that are received late in accordance with FAR 52.212-1(f) will not be considered for award. Late quotes will be considered late. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) x) Offerors must submit with their offer a completed clause 52.212-3, Offeror Representations and Certifications or indicate current registration with the online representations and certifications application (ORCA). Clause 52.212-3 may be found in the attached document or at http://farsite.hill.af.mil/. xi) Clause 52.212-4, Contract Terms and Conditions-Commercial applies to this acquisition. xii) Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition, the following FAR clauses cited in the 52.212-5 are applicable: 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33, DFARS 252.212-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.232-7010. xiii) Other applicable clauses, 52.247-34, 52.252-1, 52.252-2 xiv) Defense Priorities and Allocations System (DPAS) - not applicable. xv) Offers are due - not later than 27 July 2011 at 1000AM CST. xvi) INSTRUCTIONS TO OFFERORS To assure timely and equitable evaluation of quotes, contractors must follow the instructions contained herein. The quote must be complete, self sufficient, and respond directly to the requirements of this solicitation. Quoters are encouraged to ask any questions regarding this solicitation. Technical related questions will be accepted up to 72 hours prior to the close of the solicitation. This requirement is for the acquisition of commercial items and/or services. Submit an electronic proposal to Shannon.L.Matthews @usace.army.mil. You may also deliver hand carried offers to 180 5th St East, Suite 700, St Paul, MN 55101-1678 and must be time stamped no later than the stated due date stated above. Quote Preparation Instructions NOTE: All Contractor quotes with company identifying information (name, logo, stamp, etc...) shall be limited to the cover page only on all submitted information, including technical submittals and schedules provided with the quote. 1. Contractors shall complete blocks 12 (if applicable), 17a, 30a, 30b, and 30c on page 1 of the SF 1449 or submit alternate document(s) containing comparable information sufficient to allow for a determination of technical sufficiency and price acceptability. In doing so, the contractor accedes to the contract terms and conditions as written in the Solicitation, with attachments. 2. Contractors shall insert proposed unit ("UNIT PRICE") and extended prices ("AMOUNT") in Pricing Schedule. Please note that a price must be entered on all CLINS as partial quotations will not be accepted. 3. Offerors shall complete the fill-ins and certifications in the provisions as necessary. Specifically, the provision FAR 52.212-3 shall be returned with the proposal or acknowledge that Annual Representation and Certification at Online Representations and Certifications Application (ORCA) are complete. Submission of the first page of ORCA is also acceptable. 4. Quoters shall provide all technical submittals and information as requested in these specific instructions. 5. Provide detailed warranty information in accordance with Addendum to 52.212-1(b)(5) in these specific instructions. 6. Prior to award contractor must be registered with the Central Contractor Registration (CCR) database at http://www.ccr.gov. 7. The U.S. Army Corps of Engineers, as part of the Federal Government, is tax exempt. Federal Tax ID#62-1642142. Electronic Quote Format All quote information shall be provided on, or formatted to, standard paper size. Electronic proposals provided via e-mail shall be submitted in Microsoft Word or Excel format or Adobe Acrobat (.pdf) as applicable. WINZIP (.zip) files cannot be accepted as they are routinely blocked by the domain firewall. It may be necessary to send multiple emails to keep the e-mail within the firewall size of 8MB. Quotes sent in multiple e-mails shall be numbered to include the total sent, for example "E-mail 2 of 6." For any questions regarding this solicitation, e-mail is the preferred method. E-mail questions to, Shannon.L.Matthews@usace.army.mil. See attached document for further explanation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-11-T-0070/listing.html)
 
Place of Performance
Address: USACE District, St. Paul Contracting Division CEMVP-CT, 180 East Fifth Street St. Paul MN
Zip Code: 55101-1678
 
Record
SN02497533-W 20110715/110713235145-54a7497680376a73db471334baaf1a6b (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.