Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOLICITATION NOTICE

93 -- Custom Rubber Marine Fenders

Notice Date
2/25/2022 5:39:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326291 — Rubber Product Manufacturing for Mechanical Use
 
Contracting Office
6923G5 GREAT LAKES ST LAWRENCE SWY DEV. CORP. MASSENA NY 13662 USA
 
ZIP Code
13662
 
Solicitation Number
6923G522Q0602
 
Response Due
3/14/2022 11:00:00 AM
 
Archive Date
03/29/2022
 
Point of Contact
Katie Maloney, Phone: 3157643260, Jason C. Brockway, Phone: 3157643252
 
E-Mail Address
katie.maloney@dot.gov, jason.brockway@dot.gov
(katie.maloney@dot.gov, jason.brockway@dot.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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; quotes (offers) are being requested and a written solicitation will not be issued. Solicitation number 6923G522Q0602 is issued as a request for quotation. The solicitation will be issued as a 100% Small Business set-aside. The North American Industrial Classification System (NAICS) Code is 326291; Rubber Product Manufacturing for Mechanical Use.� The applicable Small Business Size Standard, as established by the U.S. Small Business Administration, is 750 employees. The Great Lakes St Lawrence Seaway Development Corporation is seeking to purchase custom fabricated rubber marine fenders in accordance with the specifications herein. The fender elements shall be manufactured�from a natural, butyl or EPDM rubber, 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 fender. The rubber fender material color shall be black and shall be suitable for service in ambient temperatures of -40�F (-40�C) to +100�F (+37.8�C) and meet or exceed�the following requirements: Property� � � � � � � � � � � � � � � � � � � � � � � � � � �Testing Standard� � � � � � � � � � � � � � � Requirement Tensile Strength� � � � � � � � � � � � � � � � � � � � � �ASTM D-412� � � � � � � � � � � � � � � � � � � � 2000 PSI (13.8 MPa) Min. Elongation� � � � � � � � � � � � � � � � � � � � � � ASTM D-412� � � � � � � � � � � � � � � � � � � � �300% Hardness - Shore A Durometer� � � � � � � � �ASTM D-412� � � � � � � � � � � � � � � � � � � � �70 +/- 5 Compression Set� � � � � � � � � � � � � � � � � � � � ASTM D-395 Method B� � � � � � � � � � � � � 25% (Max) Min. Tear Resistance� � � � � � � � � � � � � � � � � ASTM D-624�������� Die B� � � � � � � � � � � � �200 PPI (350 N/cm) Ozone Resistance� � � � � � � � � � � � � � � � � � � �ASTM D-1171� � �100?F @ 50 pphm� � � �No Cracks All interested offerors shall provide a quotation for the following: #1.� 40 each ;� Trapezoidal (V-shape) fenders per the attached specifications and Drawing - SLS-370-69-1A (R1), including shipping. #2.� 8 each;� Miter gate rubber fenders per the attached specifications and Drawing No. SLS-370-200A, including shipping. #3. Shipping and Handling to 251 Fregoe Rd. Massena, NY 13662. (Delivery Time shall be no later than 01 June 2022). * All offerors shall submit their offer as a standard commercial quote. All offerors shall include all additional company specific supporting documentation to include product data sheet. (Delivery Time shall be no later than 01 June 2022). * All offerors shall submit the following supporting documentation with their quote:� ���� -� Certified material properties ����� -� Shop drawings for approval 1.����� FAR 52.212-1, Instructions to Offerors-Commercial Items 2.����� FAR 52.212-2 Evaluation � Commercial Items (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: ����������������������� 1.���������� Technical Acceptability/Past Performance ����������������������� 2.���������� Price GLS intends to award a Firm-Fixed-Price, on the basis of Lowest Price Technically Acceptable (LPTA) source selection process.� Best value is expected to result from selection of the technically acceptable quote with the lowest evaluated price. Technical acceptability is comprised of meeting the requirements as outlined in the schedule/statement of work, adherence to the delivery schedule in the solicitation, and acceptable or neutral past performance.�� Award will be made on the basis of the lowest evaluated price of quotes meeting the Technical Acceptability for non-cost factors. GLS will evaluate offeror�s past performance to determine the extent to which their performance demonstrates the likelihood of successful performance in providing requirements similar in size (dollar amount), scope (work that is similar to the required products/services), and timeliness of deliveries.� The evaluation of Past Performance may include data obtained from the Past Performance Information Retrieval System (PPIRS), and if requested, any recent and relevant Past Performance information provided by Offerors which may include (Federal, State, local government, and private). 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. 3.����� FAR 52.212-3, Offerors Representations and Certifications-Commercial Items Offerors must complete annual representations and certifications on-line at https://www.sam.gov in accordance with FAR 52.212-3, �Offerors Representations and Certifications-Commercial Items.� If paragraph (j) of the provision is applicable, a written submission is required. The annual representations and certifications are provided as an attachment. The following contract clauses apply to this acquisition: 1.����� FAR 52.212-4, �Contract Terms and Conditions-Commercial Items� (Nov 2021) 2.����� FAR 52.212-5, �Contract Terms and Conditions Required to Implement Statutes or Executive Orders� (Nov 2021) The following subparagraphs of FAR 52.212-5 are applicable: 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; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Equal Opportunities for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-50, Combating Trafficking in Persons; 52.223-3 Hazardous Material Identification and Material Safety Data; 2.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. Other applicable FAR provisions and clauses include 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.204-18, Commercial and Entity Code Maintenance; 52.204-19, Incorporation by Reference of Representations and Certifications; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payment to Small Business Subcontractors. Response date for receipt of offers/quotes is: 2:00pm EST, 14 March 2022.� Quotes shall be submitted via email only to: katie.maloney@dot.gov Offerors must place the solicitation number in the subject line of the email.� 6923G522Q0602 Any offer or revision of an offer received after the time specified for receipt of offers, shall be considered �late� and will not be considered. During the solicitation stage, offerors shall submit any requests for clarification to the Contracting Specialist no later than March 9, 2022 by 2:00 PM (EST).� Requests may be sent by e-mail to katie.maloney@dot.gov. The subject line of all emails shall contain the solicitation number�6923G522Q0602.��Any information given to a prospective offeror concerning a solicitation will be furnished promptly to all other prospective offerors as an amendment to the solicitation, if that information is necessary in submitting quotations. The point of contact for this requirement is: Katie Maloney, Contract Specialist, Great Lakes St Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY� 13662 All responsible offerors may submit a quote which shall be considered by the Great Lakes St Lawrence Seaway Development Corporation.� The GLS intends to award a fixed-price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov to be eligible for award. This solicitation is being advertised under the North American Industrial Classification Systems (NAICS) Code 326291. You must ensure this NAICS Code is incorporated into your current SAM Profile if your company can provide the type of product or service applicable to this NAICS Code. Failure to have this NAICS Code in your current SAM Profile upon proposal submission may deem your quote �non-responsive�� and not considered for award. NAICS Codes may be viewed at the U.S. Census Bureau website at http://www.ce nsus.gov/eos/www/naics.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cf8f0b51aab74ca8934da67310256f58/view)
 
Place of Performance
Address: Massena, NY 13662, USA
Zip Code: 13662
Country: USA
 
Record
SN06251626-F 20220227/220225230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.