Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2022 SAM #7576
SOLICITATION NOTICE

54 -- Stop-Log Procurement Oologah

Notice Date
8/26/2022 1:10:24 PM
 
Notice Type
Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV22Q0082
 
Response Due
9/23/2022 5:00:00 PM
 
Archive Date
08/26/2023
 
Point of Contact
Jereme Kemp, Phone: 918-669-4392
 
E-Mail Address
jereme.a.kemp@usace.army.mil
(jereme.a.kemp@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Stop-Log Procurement Oologah Lake, OklahomaW912BV22Q0082U.S. Army Corps of Engineers, Southwestern Division (SWD), Tulsa District (SWT) intends to issue a solicitation, W912BV22Q0082 to procure three (3) stop-logs (a hydraulic steel structure which could also be called a portable bulkhead or portable water retention gate) and at least one (1) lifting beam as a supply contract. The solicitation will be a small business set-aside supply procurement. The North American Industrial Classification System (NAICS) Code is 332312 (Fabricated Structural Metal Manufacturing) and the applicable Small Business Size Standard, as established by the U.S. Small Business Administration, is500 Employees. The fabricating plant and fabricator shall be certified under the AISC (American Institute of Steel Construction) Quality Certification Program, and shall be designated as an AISC Certified Plant, Category IBR (Intermediate Steel Bridge), or Category ABR (Advanced Steel Bridge) or Category HYD (Hydraulic Steel Structure). In addition to meeting one or more of the AISC Quality Certification Programs, the fabricator shall hold a Fracture Critical Endorsement (FC). All qualifications shall be current at time of offer and shall remain current throughout the duration of the contract. All welding and inspection of welds shall be done in accordance with AWS D1.5. Welders, tackers, and operators shall be qualified in accordance with AWS D1.5.The Government will award a contract resulting from the solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The anticipated award date is on or about 11 October 2022.The solicitation will be issued via Internet only on System for Award Management (SAM) thru PIEEhttps://cac.piee.eb.mil/. It is the contractors responsibility to monitor the above-listed internet addressor any posted changes. Any and all amendments posted shall be signed and submitted with the offer thru PIEE. Solicitation issue date is anticipated to be on or about 22 August 2022. Quotes are anticipated to be due on or about 23 September 2022. Contractors must be registered in PIEE and be current with System forward Management (SAM) in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov and PIEE https://cac.piee.eb.mil/The Previous Contract Information: This is a new requirement; no previous contract information is available. Any questions and inquiries related to this solicitation shall be submitted through Bidders Inquiry only. The Solicitation Number is: W912BV22Q0082The Bidder Inquiry Key is: CCPYGP-GRJ478Sustainability clauses are currently not anticipated for this requirement. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. The tentative general summary of the work to be performed is to fabricate at least three (3) stop-logs and at least one (1) lifting beam. Perform a hang test and stacking test for each stoplog and a hang test and proof load test for each lifting beam fabricated. The Contractor shall provide all plant, materials, equipment, labor, instruments, tools, subcontractors (per FAR 52.219-14(c)(2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.), supervision, management, transportation, and travel necessary to complete all work in accordance with this summary of work, the attached drawings, the specifications, and all other contract documents and requirements. The Government will provide no materials, equipment, transportation, or labor. The work required is summarized as follows: a. Fabricate the stoplogs as indicated. Add unique identifier and final weight to each unit. b. Fabricate, proof load test, and add markings per ASME B30.20 the lifting beam. c. Hang test the stoplogs for center of gravity determination and lifting lug placement. d. Stack test the stop-logs. e. Blasting and painting of stoplogs and lifting beam. f. Delivery and offloading of stoplogs and lifting beam to the Oologah Area Office Storage Compound. Each stoplog must be shipped immediately after successful completion of Government Witness Point Inspections, painting, and testing. All the stoplogs and the lifting beam will become property of the government. Tentatively Contractor Submittal Requirements include: The contractor shall submit the documents listed below to the Contracting Officers Representative (COR) and the Contracting Officer prior to starting work. All submittals, other than copies of contracts, shall be typed and the original and one copy shall be furnished the Contracting Officer (unless the documentation is provided digitally). Unless specifically noted in the requirement all submittals shall be provided free of proprietary markings and shall become property of the Government or shall have Governmental Rights assigned. If the Contracting Officer determines any of the submittals do not comply with specifications, the contractor shall resubmit these documents within five (5) business days.- Names of project manager and their alternate (submit prior to initiation of work and prior to changing designated employees).- Quality Control Plan (submit prior to initiation of work).- Work plan/Production schedule (submit prior to initiation of work, must be submitted within 30 days of contract award).- Contractors, manufacturers, or fabricators drawings- Descriptive literature including (but not limited to) catalog cuts, diagrams, operating charts or curves- Test reports- O and M manuals (including parts list)- Certifications- Warranties, TULSA DISTRICT CORPS OF ENGINEERS2488 East 81st Street, TULSA, OK 74137FAX: (918) 669-7436 *Visit 'https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W912BV22Q0082' to obtain more details.*
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/39f2d3505a2e4abd8821bbd14207028c/view)
 
Place of Performance
Address: Oologah, OK 74053, USA
Zip Code: 74053
Country: USA
 
Record
SN06443119-F 20220828/220826230125 (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.