Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
SOLICITATION NOTICE

54 -- Concrete Panels

Notice Date
12/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
327390 — Other Concrete Product Manufacturing
 
Contracting Office
USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
 
ZIP Code
39180-6199
 
Solicitation Number
W81EWF-1335-5314
 
Response Due
12/21/2011
 
Archive Date
2/19/2012
 
Point of Contact
Markeda Mims, 6016342740
 
E-Mail Address
USACE ITL, GSL, EL, CHL, Vicksburg
(markeda.l.mims@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. 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 the notice. This announcement constitutes the only solicitation. Request for Quotes are being requested and a written solicitation will not be issued. Requisition Number W81EWF-1335-5314 applies and is issued as a Request for Quotation. The North American Industry Classification System (NAICS) code is 327390. Size Standards is 500 Employees. FOB Destination: Eglin AFB, Florida. The US Army Corps of Engineers (USACE), Engineer Research & Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) - Survivability Engineering Branch has a need for the following: Line Item 0001: Precast Concrete Panels - Type 1, Quantity 5, Unit: Each, Unit Price: _______, Total Amount_______ Line Item 0002: Precast Concrete Panels - Type 2, Quantity 1, Unit: Each, Unit Price: _______, Total Amount_______ Line Item 0003: Precast Concrete Panels - Type 3, Quantity 12, Unit: Each, Unit Price: _______, Total Amount_______ Line Item 0004: Precast Concrete Panels - Type 4, Quantity 2, Unit: Each, Unit Price: _______, Total Amount_______ Line Item 0005: Precast Concrete Panels - Type 5, Quantity 2, Unit: Each, Unit Price: _______, Total Amount_______ Line Item 0006: Precast Concrete Panels - Type 6, Quantity 2, Unit: Each, Unit Price: _______, Total Amount_______ Line Item 0007: Shipping of Concrete Panels, Quantity 1, Unit: Lump Sum, Unit Price: _______, Total Amount_______ Background The US Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Geotechnical and Structures Laboratory (GSL) has a requirement for several concrete panels of various shapes and detail. These panels will be used in destructive testing, and strict adherence to design specifications is required. Specifications for each panel type can be found below and additional panel details are included in the attached schematics (Attachment 1): Specifications 1. Concrete strength (f'c) at 28 days shall be a minimum of 5,000 psi and normal weight concrete based on ACI 318 Building Code and Commentary 2. All concrete edges shall have a " chamfer along their length 3. Rebar shall be #4, Grade 60 and meet ASTM A615 a. Minimum inside bend diameter shall be 1.5" or greater (ACI Table 7.2) i. Exception: the U-bar on either side of the edge lifting Dogbone anchor (Panel Type 1, 2 and 3) b. Any rebar splices shall have minimum of 18" overlap 4. Minimum clear cover for all #4 Grade 60 rebar: a. Type 1, 2 & 3 (clear cover shall be a minimum of " on all faces) b. Type 4, 5 & 6 (clear cover shall be a minimum of 1- " on all faces) 5. Tolerances shall be the following: a. Panel Thickness +0", -3/16" (All types) b. All other dimensions: i. +0", - " (Types 1, 2, & 3) 1. Exception Type 2: the opening is for a steel door frame. ERDC requests the vendor supply tighter tolerances. The door frame requires a +1/16", -0" tolerance and a square opening. ERDC is willing to be present at the time of forming to accept these tolerances. ii. " (Types 4, 5, & 6) 6. Lifting hardware is specified in the attached schematics; any variations due to vendors capabilities/capacities shall be noted at the time of quote a. Stripping the panels flat has been checked for no cracking at a concrete strength of 1,500 psi to speed the vendors striping and shipping time b. Note Panel Type 3 may be edge lifted at 1,500 psi, but all others shall only be lifted by their face hardware c. Note: review the installation requirements for the edge lift hardware. Addition rebar is needed to prevent rotation of the anchor within the panel. See Meadow Burke's Precast Products Manual. Also, all lifting hardware requires a recess former for proper casting and alignment. 7. All panels shall be handled and shipped using best practices to avoid cracking: See schematics for handling details and estimated weights. 8. Quantities: a. Panel Type 1 - 5 b. Panel Type 2 - 1 c. Panel Type 3 - 12 d. Panel Type 4 - 2 e. Panel Type 5 - 2 f. Panel Type 6 - 2 9. Delivery date shall be NLT 6 weeks after contract award. a. Actual delivery date shall be relayed to the Technical POC two weeks prior to shipment to ensure equipment/resources are available for offloading FAR Provision 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Award shall be made to the responsible offeror whose proposal is determined to be Lowest Price Technically Acceptable in accordance with Clause 52.212-2 Evaluation -Commercial Items. Technical data is required to verify technically acceptable. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with this offer. The Clause 52.212-4, Contract Terms and Condition - Commercial Items, applies to this acquisition. The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The clauses cited within the clause as indicated below are applicable: FAR clauses 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-5, 52.225-13, and 52.232-33. If you are not registered in the CCR, an award cannot be made to your company. You may register electronically at http://www.ccr.gov. Registering electronically will expedite the registration process acquisition. In addition to CCR, awardee will be required to complete SF 3881 - ACH Vendor/Miscellaneous Payment Enrollment Form. An electronic version of this form can be found at GSA.gov. Vendors shall quote to provide and deliver the Concrete Panels specified. Quotes are due 21 December 2011 by 1200 hrs (12:00pm) Central Standard Time at ERDC Contracting Office, Attention: Markeda Mims, 3909 Halls Ferry Road, Vicksburg, MS 39180. Quotes will also be accepted by email: Markeda.L.Mims@usace.army.mil. Faxed quotes will not be accepted. For information concerning this solicitation contact Markeda Mims at 601-634-2740, or use the above email address. This requirement is 100% set-aside for Small Businesses under NAICS Code 327390. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS) to existing ones. Responses to this announcement must include pricing information and information to include contact names, addresses, phone numbers, contract numbers, e-mail address, estimated lead time of delivery, a description of the supplies/services provided, as well as statements and/or details regarding capability to meet design requirements. Point of contact is Markeda Mims at: Markeda.L.Mims@usace.army.mil. Any questions shall be emailed to Markeda.L.Mims@usace.army.mil. A Question and Answer Document will be updated as questions arise. It is the interested Offerors responsibility to check the document for updated information. Questions may be submitted up until 18 December 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W81EWF-1335-5314/listing.html)
 
Place of Performance
Address: USACE ITL, GSL, EL, CHL, Vicksburg 3909 HALLS FERRY ROAD, VICKSBURG MS
Zip Code: 39180-6199
 
Record
SN02634331-W 20111208/111206234456-b57ee98b7787399260d3575e9332699c (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.