Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2014 FBO #4536
SOLICITATION NOTICE

47 -- Argon Gas Hose

Notice Date
4/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
SPMYM3 DLA Maritime KM, Portsmouth Naval Shipyard Portsmouth Naval Shipyard Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
SPMYM314Q7074
 
Response Due
5/2/2014
 
Archive Date
5/2/2015
 
Point of Contact
Donna Getz 207-438-2386
 
Small Business Set-Aside
Total Small Business
 
Description
SPMYM3-14-Q-7074 Argon Gas Hoses Clin 0001 Ref 40764011 and Clin 0002 Ref 40764012 Clin 0003 Data Requirements This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is SPMYM3-14-Q-7074. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72 and DFARS Change Notice 20140421. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/html/current/252201.htm. The NAICS code is 332999, and the Small Business Standard is 500. This requirement is a 100% Small Business Set Aside and an śall or none ť award. The non manufacturer rule applies. A reverse auction may be held. This solicitation is for argon gas hoses. See Clin 0001 and Clin 0002 Clin 0001: Argon Gas Hose, 100 each ______ ______ 1 / 4 inch X 50 ft. 1 / 4 inch I.D., maximum O.D. 0.625 inches, maximum weight per foot 0.115 pounds. Working pressure: 250PSI @ 68 degrees F. minimum, Burst Pressure 1,000 PSI minimum @ 68 Degrees F. Continuous Rated Temperature range “ 50 degrees to 150 Degrees F. Inner tube construction to be LLDPE tube, reinforcement to be multiple spiral-plied synthetic high tensile textiles, cover to be weld splatter resistant blended EVA copolymer and thermoplastic rubber hose to meet RMA Class C standards for limited oil resistance. Color to be blue. Hose end assembly shall be accomplished in accordance with established National Association for Hose and Accessories Dist. (NAHAD) certification standards. Each 1 / 4 inch hose assembly shall have the following components installed on each end: Both hose ends: 1 / 4 inch hose barb X 1 / 4 inch male NPT thread, brass -First hose end: Hansen HK Series or equivalent. Salient characteristics: Quick disconnect adapter (plug end) conforming to ISO 7241-1 Series B, brass, 1 / 4 inch with valve. Second hose end: Hansen HK Series or equivalent. Salient characteristics: Quick disconnect adapter (socket end) conforming to ISO 7241-1 Series B, brass, 1 / 4 inch with valve. Interlocking brass ferrule end fittings shall be coupled to the hose with stainless steel interlocking ferrules sized to match the hose and fittings. Must be interlocking ferrule type crimp system, no śor equal ť hose clamps accepted. Hoses shall be continuously ink-branded, stencil painted, mylar or stripe branded / marked in 1 / 2 inch lettering (minimum) which must be in contrasting color background to the blue outer cover of the hose. The lettering shall state at a minimum: Hose brand/line/model number, flame resistant, date of manufacture PNS Shop 26 Argon Hose 250 PSI Max All quoting vendors must submit a five-foot long (minimum length) hose assembly, at vendors expense, to determine dew point reading range and / or for destructive testing analysis. Dew point testing results must be equal to or better than the table below. Note: American Hose and Fitting has already passed the dew point test and does not need to submit a sample. Argon Purge Hose Dew Point Tests Flow rate of 10 CFH Hose length of 5 ft directly from Manifold on PAK 55 Time after start LLDPE HOSE (Dew Point @ Manifold) -64.9 ° F 1 min -57.5 ° F 2 min -59.2 ° F 3 min -60.3 ° F 4 min -61.3 ° F 5 min -62.1 ° F 10 min -65.0 ° F 15 min N/A (already stabilized at dewpoint of manifold) 30 min N/A (already stabilized at dewpoint of manifold) 1 hr N/A (already stabilized at dewpoint of manifold) After each hose assembly is completed it shall be pressure tested with commercial clean air as a test medium, at 120 psig (+10 / -0 psi) for 10 minutes Clin 0002 Argon Gas Hose, 100 each _______ _______ Same as Clin 0001 except 1 / 2 inch X 50 ft. 1 / 2 inch I.D., maximum O.D. 0.876 inches, maximum weight per foot 0.185 pounds. Each 1 / 2 inch hose assembly shall have the following components installed on each end: Both hose ends: 1 / 2 inch hose barb X 1 / 2 inch male NPT thread, brass First hose end: Hansen HK Series or equivalent. Salient characteristics: Quick disconnect adapter (plug end) conforming to ISO 7241-1 Series B, brass, 1 / 2 inch with valve. Second hose end: Hansen HK Series or equivalent. Salient characteristics: Quick disconnect adapter (socket end) conforming to ISO 7241-1 Series B, brass, 1 / 2 inch with valve. Interlocking brass ferrule end fittings shall be coupled to the hose with stainless steel interlocking ferrules sized to match the hose and fittings. Must be interlocking ferrule type crimp system, no śor equal ť hose clamps accepted. Clin 0003: Data Requirements, EXH śA ť to be a Certificate of Compliance, DI-MISC-80678, to provide the government with notification that the vendor has completed the hose assemblies IAW CLIN 0001 and 0002. Including: Certify that hose assemblies are free of leaks, excessive twisting or kinking; that end fittings are not damaged or faulty, and that the end fittings and ferrules are still properly positioned on the hose ends. Also that the hoses do not have hairline cracks, breaks, abrasions, soft spots, bulges, or other defects in the outer cover. Written certification of satisfactory hose end assembly in accordance with NAHAD standards and satisfactory pressure tests (100 percent of hoses) shall be provided with shipped hoses. 52.204-7, Central Contractor Registration 52.211-15, Defeense Priority And Allocation Requirements 52.212-1, Instructions to Offerors - Commercial Items; 52.212-4, Contract Terms and Conditions “ Commercial Items 52.215-9023, Reverse Auction 52.223-11 Ozone Depleting Substances 52.232-39, Unenforceability of Unauthorized Obligations 52.233-1, Disputes 52.243-1, Changes Fixed Price 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B ”Destination 52.252-2 Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.253-1, Computer Generated Forms 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt (A) Central Contractor Registration Alternate A 252.204-7008, Export Controlled Items 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-6 Notice of Total Small Business Set Aside 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor “ Cooperation with Authorities and Remedies, 52.221-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.223-18 Encouraging Contractor Policies to Ban Test Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases. Quoters are reminded to include a completed copy of 52.212-3 and it ™s ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items and, DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.225-7036 Alt I, Buy American ”Free Trade Agreements ”Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.227-7013, Rights in Technical Data ”Noncommercial Items, DFARS 252.227-7015, Technical Data ”Commercial Items, DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data, DFARS 252.237-7010, Levies on Contract Payments, DFARS 252.237-7019, Training for Contractor Personnel Interacting with Detainees, DFARS 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment To The Cost Bearer, DFARS 252.247-7024, Notification of Transportation Of Supplies By Sea, DFARS 252.247-7023 Transportation of Supplies By Sea DFARS 252.247-7023 Alt III Transportation of Supplies by Sea. This announcement will close at 3:00 on May 2, 2014. The Point of Contact for this solicitation is Donna Getz who can be reached at 207-438-2386 or email donna.j.getz@navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] All responsible sources may submit a quote which shall be considered by the agency. Offers will be evaluated for split award based on economic benefit to the government. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, technically acceptable low bids and past performance. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed online at http://www.sam.gov/. METHOD OF PROPOSAL SUBMISSION: The NECO website has a śsubmit bid ť button next to the solicitation number. DO NOT use the śsubmit bid ť button on NECO to submit your proposal. Bids by email are not acceptable. Please submit bids via fax at: 207-438-1251 or through the mail to: Donna Getz Code 503.dg Bldg 153, 6th Floor Portsmouth Naval Shipyard Kittery, Maine 03904 All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. NOTE *** If not the actual manufacturer “ vendor to provide the manufacturer ™s cage code and business size
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/95c5acfe4247a94c9751392302e42a93)
 
Record
SN03348594-W 20140426/140424235728-95c5acfe4247a94c9751392302e42a93 (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.