Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2006 FBO #1642
SOLICITATION NOTICE

66 -- S780 Steel Shot

Notice Date
5/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-06-Q-0380
 
Response Due
6/7/2006
 
Archive Date
6/22/2006
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 332999 with a small business size standard of 500 employees. This acquisition is unrestricted and all responsible parties may submit a quote. The National Institute of Standards and Technology (NIST) has a requirement for S780 Steel Shot to be used by the NIST/Center for Neutron Research (NCNR). S780 Steel Shot is used for shielding of thermal neutrons, which exist at the NCNR. NIST is currently installing new equipment, which requires new shielding to insure safety for the researchers and NCNR staff. All interested parties shall provide a quote for the following line item: LINE ITEM 0001: Quantity 88 each, 55-gallon drums with a net weight of 2000 pounds per drum of S780 Steel Shot meeting all of the following required specifications: (1) CHEMICAL ANALYSIS: Carbon 0.10-1.5 percent; Manganese 1.2-1.5 percent; Silicon 0.40 percent minimum; Sulfur .05 percent maximum; Phosphorous 0.05 percent maximum; (2) DENSITY: High carbon cast steel shot shall not weigh less than 7 gm/cc nor contain more than 10 percent hollows; (3) GENERAL APPEARANCE: High carbon cast shot shall be as nearly spherical as is commercially possible with minimum elongated or compound particles, tails hollows, broken pieces, slag, and dirt. The steel shot must be round in shape with a screen size diameter of .066-.079 inches; (4) HARDNESS RANGE: Between Rockwell C 40 to 51 HRC; (5) STEEL FOUNDERS SOCIETY OF AMERICA: 20-66 Standard specification for cast steel abrasives; (6) MICROSTRUCTURE: The microstructure of the abrasive shall consist of Banite tempered to a degree consistent with hardness range. The presence of ferrite or free graphite is unsatisfactory; (7) VOIDS: No more than 10 percent of the particles shall contain voids; (8) CLEANLINESS: Cast steel shot must be oil, water, dust free, and free of foreign particles; (9) PACKAGING: S780 steel shot shall be packed and shipped in 55-gallon steel drums with watertight lids and locking rings. Net weight of one filled drum shall be 2000 lbs. at a minimum. Each drum shall be individually palletized on a wooden pallet; Note: No poly-liners allowed between inside drum and S780 steel shot. (10) SHIPPING AND DELIVERY: Drums shall be shipped on an open flatbed trailer for side unloading. Delivery of shot to NIST/Building 235 after checking in at Building 301 Shipping and Receiving. Reference Delivery Schedule Below. INSPECTION: Drums shall be randomly inspected upon delivery. If any drums of S780 steel shot do not conform to the above specifications, the shots shall be returned to the vendor at the vendor?s expense. Delivery shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. DELIVERY SCHEDULE: Because of limited manpower and equipment availability, the NCNR is unable to unload more than one trailer-load of shot in a given workday. Delivery must be scheduled such that: 1) Daily shipment does not exceed one trailer-load of shot; 2) A trailer-load consists of between 15 and 25 drums of shot; 3) Arrival of shipment at NCNR for unloading occurs between the hours of 7:00 a.m. and 2:00 p.m. ET; and 4) Notification of shipment is given a minimum of 2 working days prior to arrival at the NCNR. Notification of shipment shall include date and approximate time of arrival at NIST, name of carrier, and the name and citizenship of driver (this information is necessary for registration with NIST Police prior to admittance). Delivery shall be completed in accordance with the following: First shipment shall be completed not later than two (2) weeks after receipt of order. Final shipment shall be completed not later than six (6) weeks after receipt of order. Expeditious delivery is preferred. Award shall be made to the quoter who: (1) Meets all required technical specifications as determined by an evaluation of documentation submitted in accord with this solicitation; and and (2) Quotes the lowest price. Evaluation shall be conducted on the information provided in the quotation. Quoters shall include sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. Prices quoted must include all shipping charges. The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors ? Commercial Items; and 52.212-3, Offeror Representations and Certifications ? Commercial Items. In accordance with FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.247-34 F.O.B. Destination 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (14) 52.222-3, Convict Labor; (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52.222-26, Equal Opportunity; (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; (24) 52.225-3, Buy American Act?Free Trade Agreement?Israeli Trade Act, (ii) Alternate II; (26) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; (31) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001; and 2) Two (2) originals of technical description and/or product literature. All quotes must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrea G. Parekh, Building 301, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Offerors shall ensure the RFQ number is visible on the outermost packaging. Submission must be received by 3:30 p.m. local time on June 07, 2006. ***FAXED QUOTES SHALL NOT BE ACCEPTED. E-MAIL QUOTES SHALL BE ACCEPTED.***
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD, Mailstop 1640
Zip Code: 20899
Country: USA
 
Record
SN01056107-W 20060526/060524220317 (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.