Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 16, 2001 PSA #2893
SOLICITATIONS

99 -- EROSION CONTROL (MARINE) AND CABLE CONCRETE (REVETMENT) MATTRESSES

Notice Date
July 12, 2001
Contracting Office
U.S. Fish & Wildlife Service, Contracting and General Services, P.O Box 1306, Albuquerque, NM 87103-1306
ZIP Code
87103-1306
Solicitation Number
201811Q046
Response Due
August 3, 2001
Point of Contact
Dolores Bello, 505-248-6628
Description
The U. S. Fish & Wildlife Service, Region 2, is issuing this as a combined synopsis/solicitation for commercial item under FAR 12.6 and supplemented with additional information included in this notice. This announcement constitutes the request for quotes, No. 201811Q046; a written solicitation will not be issued. It is a total set-aside for small business, NAICS 326199 -- small business size being 500 employees. Reference to a brand name is for the purpose of establishing a standard; an equal will be considered if requirements are met. The total procurement shall include the mattresses, HDPE braid material for closing seams, filling frames, HDPE bars for splicing grid, additional UX Tricon2 grid for lifting, and installation instructions. The procurement is for 30 erosion control mattresses with polymetric cable. The EROSION CONTROL MATTRESS shall meet the following minimum specifications. ASTM Standards: 1. D1505 Standard Test Method for Density of Plastics by the Density-Gradient Technique; 2. D1238 Standard Test method for Flow Rates of Thermoplastics by Extension Plastometer; 3. D2455 Identification of Carboxylic Acids in Alkyd Resins; 4. D374C Standard Test Methods for Thickness of Solid Electrical Insulation; 5. D1388 Flexural Rigidity; 6. D4355 Practice of Sampling of Geosynthetics for Testing; 7. D4603 Standard Test Method for Determining Inherent Viscosity of Poly(ethylene terepthalate); 8. D5262 Standard Test Method for Valuation of Unconfirmed Tensile Creep Behavior of Geosynthetics. Corps of Engineers Standards: 1. COE CW02215 Percent open area. Geosynthetic Research Institute standards: 1. GG1 Standard Test Method for Geogrid Rib Tensile Strength, and 2. GG2 Standard Test Method for Geogrid Junction Strength. SUBMITTALS -- The offeror shall submit with its offer the manufacturer=s certification that the erosion control mattresses are in full compliance with the specifications. The manufacturer shall also provide written certification that all resin used to produce the geogrid is virgin and classified as high density polyethylene or high molecular weight polyester. MATERIALS -- Filter Fabric shall be Mirafi 180N or an approved equal. Erosion Control Mattresses shall meet the following requirements: PROPERTY TEST METHOD UNITS VALUE G1 G2 G3 Interlock: Aperture Size I.D. Calipered MD in. 5.7 5.7 5.4(nom) CMD in. 0.66 0.66 0.66(nom) Open Area COE Method % 60 60 60(nom) Thickness ASTM D1777 Ribs in. 0.03 0.05 0.07(nom) Junctions in. 0.11 0.17 0.23(nom) Reinforcement: Ultimate Tensile GRI-GG1-87 lb/ft 4,170 6,580 8,450 Strength MD ASTM D1388 gm/cm 670 4,700 6,600(min) Flexural Rigidity GRI-GG1-87 lb/ft 50,000 100,000 130,000(min Tensile Modulus GRI-GG2-87 Junctions lb/ft 3,300 5,000 7,000(min) Strength % 90 90 90 (min) Efficiency Material: High Density ASTM D1248 % 97 97 97 (min) Polyethylene Type III/Class A/Grade Carbon Black 5 % 2.0 2.0 2.0 (min) ASTM 4218 The FILTER FABRIC shall meet the requirements of the Texas Department of Transportation Material Specification D-9-6200, Type 2. The CABLE CONCRETE shall meet the following requirements: Specifications: Mattress Type: Revetment, (Manufacturer: Submar, Inc. Revetment Mattress or an approved equal). Mattress Dimensions, 8'X20'X4.5"; Mattress Weight in Air -- 5,500 pounds (approximately); Mattress Weight Submerged: 3,500 Pounds (approximately); Concrete Density: 145 Pounds per cubic foot; 160 Elements: 5/8" Ultra violet stabilized copolymer extruded fiber rope, minimum tensile strength 9,500 pounds; SUBMITTALS -- The offeror shall submit with its offer certified materials tests reports showing that material for filter fabric and cable concrete meet the requirements. The offeror shall specifically state the substance of any or all warranties. DELIVERY INSTRUCTIONS: Delivery shall be by August 10, 2001, or earliest possible delivery date, but no later than August 15, 2001. Delivery shall be to the Anahuac National Wildlife Refuge, located 18 miles southeast of Anahuac, Texas, off of FM 1985. PRICING: Shipping costs and on-site installation instruction and instruction on fabrication of material handling equipment shall be included as part of the offered price. CONTRACT TERM AND CONDITONS: FAR provisions 52.212-01, Instructions to Offerors Commercial Items; 52.212-02, Evaluation of Commercial Items; 52.212-04, Contract Terms and Conditions Commercial Items; 52.212-05, Contract Terms and Conditions Required to Implement Statute or Executive Orders Commercial Items; and DIAR 1452.210-70 Brand Name or Equal, Department of Interior apply to this procurement and are incorporated by reference. Award will be made to the responsible offeror whose offer will be the best value for the Government. EVAULATION FACTORS in descending order of importance are: 1. Technical capability of offered item meeting above specifications. 2. Delivery. 3. Warranty. 4. Price. Offeror shall complete the provisions at FAR 52.212-03, Alternate III, Offerors Representations and Certifications Commercial Items and submit with its offer. Clauses are accessible at web site: http//www.doi.gov/pam/pamareg.html. Offers are due by August 3, 2001, 4:30 p.m., MST. Address offers to the attention of Dolores Bello at U.S. Fish and Wildlife Service (CGS), 500 Gold Avenue, SW., Albuquerque, NM 87102 or P. O. Box 1306, Albuquerque, NM 87103-1306.
Record
Loren Data Corp. 20010716/99SOL010.HTM (W-193 SN50R702)

99 - Miscellaneous Index  |  Issue Index |
Created on July 12, 2001 by Loren Data Corp. -- info@ld.com