Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
SOLICITATION NOTICE

93 -- Stoplog Rubber Seals - Synopsis/Solicitation Attachments

Notice Date
8/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326291 — Rubber Product Manufacturing for Mechanical Use
 
Contracting Office
Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
 
ZIP Code
13662
 
Solicitation Number
6923G5-18-Q-P0813
 
Archive Date
9/11/2018
 
Point of Contact
Thomas J. Keenan, Phone: 3157643260, Patricia L. White, Phone: (315) 764-3236
 
E-Mail Address
thomas.keenan1@dot.gov, patricia.white@dot.gov
(thomas.keenan1@dot.gov, patricia.white@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR Provision 52.21-3 (Offeror Representations and Certifications) Drawings/Specifications (Drawing Numbers: 36201-98A, 36201-100B, 36201-97A) The Saint Lawrence Seaway Development Corporation (SLSDC) (U.S. Department of Transportation Federal agency) in Massena, New York, requires stoplog seals be provided in accordance with the specifications described within this Request for Quotation (RFQ). This is a total small business set-aside. NAICS 326291 size standard is 750 employees. Line Items For Quotation ITEM NO. SUPPLIES QTY UNIT UNIT PRICE AMOUNT 1. Stoplog Seal Bottom End, Left. Drawing #36201-98A (2’11” long) 1 Each $______ $______ 2. Stoplog Seal Bottom End, Right. Drawing #36201-98A (2’11” long) 1 Each $______ $______ 3. Stoplog Seal Bottom. Drawing # 36201-100B (86’ long) 1 Each $______ $______ 4. (Option) Bulk Order, Stoplog Seal, IAW dimensions outlined in drawing 36201-98A and 36201-100B. Minimum bulk order of 276 feet or number of feet proposed by vendor for greater cost savings. 1 BULK $______ $______ 5. Stoplog Seal Vertical End. Drawing # 36201-97A. (3’ 8" long) 2 Each $______ $______ 6. (Option) Bulk Order, Stoplog Seal Vert. End, IAW specs. in Drawing 36201-97A. Minimum bulk order of 50 feet or number of feet proposed by vendor for greater cost savings. 1 Bulk $______ $______ The rubber seal elements shall be manufactured of a natural rubber/polyisoprene, which is compounded to provide satisfactory resistance to aging, water exposure, weathering, fatigue, and abrasion. The material shall be uniform in quality and free from any contamination, cracks, or defects that could be detrimental to the usefulness or performance of the seal. The rubber seal material shall be suitable for service in ambient temperatures of -40 degrees Fahrenheit to +100 degree Fahrenheit and shall meet the specified material properties provided by the owner (SLSDC). The rubber seal elements shall be fabricated to the dimensions (and hand, if applicable) as shown on revised (Jul 218) Drawing No.'s 36201-97A, 36201-98A and 36201-100B. Holes and notches shall be by the owner (SLSDC). The seals may be extruded or molded. All pieces shall be handled, packaged, and shipped in such a way as to prevent damage. NATURAL RUBBER/POLYISOPRENE SPECIFICATIONS (OR EQUAL) The compound shall have no reclaimed polymers and shall include reinforcing carbon black, zinc oxide, accelerators, antioxidants, vulcanizing agents and plasticizers. The rubber seal profile shall be properly cured into a homogeneous form and kept free from oils, grease or other agents which could deteriorate the rubber. See table below for further detail. PROPERTY TESTING STANDARD REQUIREMENT Tensile Strength ASTM D-412 3000 PSI (Min) Aging Tensile Strength (48 Hours of Aging) ASTM D-572 80% of Strength (Min) Elongation at Break ASTM D-412 450% 300% Modulus ASTM D-412 900 PSI (Min) Hardness- Shore A Durometer ASTM D-2240 60-70 Compression Set ASTM D-395 Method B 30% (Max) Water Absorption (Natural Rubber and Blends) ASTM D-471 5% by Weight (Max) Low Temperature Brittleness ASTM D-2137 Non-Brittle 36” @ -40°F Ozone Resistance ASTM D-1171 No Cracks @ 50 PPHM QUALITY ASSURANCE The manufacturer shall submit with his/her offer evidence of a minimum of three (3) seal installations each having been in service for a minimum of three (3) years. Documentation shall include installation, name, address, and point of contact. The manufacturer shall provide a written warranty against failure of the seals due to defective materials or workmanship. The warranty period shall be at least sixty (60) days from delivery. The seal manufacturer shall submit the following items for approval prior to manufacture: •Certified rubber material properties. •Seal manufacturer qualification •Show drawings for approval Instructions to Offerors Offerors shall provide quote for all six (6) Line Items. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The Corporation intends to award a firm, fixed price contract. Offers will be evaluated on price and price related factors. The Corporation will award either Line Item Numbers 1,2,3, & 5 or award Line Item Numbers 4 & 6 (bulk order items). The bulk orders (Line Item Numbers 4 and 6) will only be awarded if the Corporation determines it will realize a significant cost savings on a bulk order. Prices presented to the Corporation by all responsible offerors must remain valid for 30 days. Delivery terms are FOB Destination to the Saint Lawrence Seaway Development Corporation ATTN: Receiving Warehouse, 251 Fregoe Road, Massena, NY 13662. All offerors must have an active SAM registration (information at www.sam.gov). Final product meeting all required specifications is due to the Corporation no later than 30 days after receipt of award by the selected offeror. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2018) are applicable to this acquisition: 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 Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.222-62, Paid Sick Leave; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.232-36, Payment by Third Party. Other applicable FAR provisions and clauses include 52.202-1, Definitions (Nov 2013), 52.204-7, System for Award Management (Oct 2016); 52.204-13, System for Award Management Maintenance (Oct 2016); 52.204-18, Commercial and Entity Code Maintenance (Jul 2016); 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); 52.217-5, Evaluation of Options (Jul 1990), 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (Dec 2013). All text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/6923G5-18-Q-P0813/listing.html)
 
Record
SN05036703-W 20180816/180814231514-85524e47f40351e8029c54ddbcb3a7d6 (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.