SOLICITATION NOTICE
93 -- MISC FABRICATED NONMETAL MATERIALS
- Notice Date
- 6/27/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- NAVSURWARCEN Dahlgren Division, 17320 Dahlgren Road , Dahlgren, VA 22448-5100
- ZIP Code
- 22448-5100
- Solicitation Number
- N0017806Q1174
- Response Due
- 7/5/2006
- Archive Date
- 12/18/2006
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.eps.gov and the Navy Electronic Commerce on Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. This is a synopsis for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Quotes are being requested. The Naval Surface Warfare Center, Dahlgren Division intends to procure on a competitive basis precast concrete sections via Simplified Acquisition Procedures. These concrete sections must meet the following specifications: Six (6) each - Three (3) sided precast concrete sections equivalent to a bridge section or culvert. Concrete sections shall have an interior span of 16ft, and interior height of 10ft and a length of 8ft. Concrete shall be minimum 5000 psi (28 day ultimate compressive strength) with reinforcing steel bars (minimum yield strength 60,000 psi) and designed for an HS20 truck live load. Nominal wall thickness of 10 inches. Concrete sections shall be self standing and self supporting without a separate footer. Concrete sections shall sit flat without wobbling. Concrete sections shall include lifting points suitable for a crane lift. The lifting points shall allow the sections to be assembled as shown in Figure 1. One (1) each ? Three (3) sided precast concrete section equivalent to a bridge section or culvert with threaded inserts and cutouts. Concrete sections shall have an interior span of 16ft, and interior height of 10ft and a length of 8ft. Concrete shall be minimum 5000 psi (28 day ultimate compressive strength) with reinforcing steel bars (minimum yield strength 60,000 psi) and designed for an HS20 truck live load. Nominal wall thickness of 10 inches. Concrete section shall be self standing and self supporting without a separate footer. Concrete section shall sit flat without wobbling. Concrete section shall include lifting points suitable for a crane lift. Concrete section shall include 53 each threaded inserts with 7/8? 9 UNC threads, Figure 2 and sketch Bldg 1410 Muzzle Chamber JCP 0005. Threaded inserts shall be secured with reinforcing steel bar. Concrete section shall include cutouts and 48 each 5/8? 11 UNC threaded inserts for instrumentation, Figures 3 and 4. ! Threaded inserts shall be secured with reinforcing steel bar. Contractor response shall include a detailed drawing of precast sections including internal reinforcements, weight and center of gravity. Contractor delivery shall include detailed drawing of as built concrete sections, lifting points and lifting drawing. Contractor shall provide spreader bar if required for lifting. Spreader bar shall have a current load test. Government will be responsible for off loading and installing the concrete sections. Award shall be based on best value to the government based on cost, compliance to delivery schedule and technical requirements, and past performance. Government reserves the right to inspect during fabrication. In addition, please provide quotes for each of the following options, which may or may not be exercised by the Government. OPTION 1 ? Joints between precast concrete sections, not to Terminal Pad, shall be made water tight. OPTION 2 ? Install 8 each 5/8-11 UNC threaded inserts on the interior side walls of the concrete section with cutouts. Threaded inserts shall be placed 4ft up from the bottom and equally spaced every two feet along the walls. Threaded inserts shall be secured with reinforcing steel bar. OPTION 3 ? Modify 2 of the 6 each three (3) sided precast concrete sections to include instrumentation cutouts and threaded inserts. Concrete sections shall include cutouts and 48 each 5/8? 11 UNC threaded inserts for instrumentation, Figures 3 and 4. Threaded inserts shall be secured with reinforcing steel bar. OPTION 4 ? Contractor to install precast concrete sections on the Terminal Pad as directed by NSWCDD. Contractor shall provide crane services. All concrete sections to be installed in two days or less. This acquisition will occur via a Firm Fixed Price order with a potential for Four (4) Options. All items shall be delivered and accepted FOB-Origin to NSWCDD; 17320 Dahlgren Road, Dahlgren, VA 22448-5100 between the hours of 7:00 a.m. and 2:30 p.m. on weekdays. No deliveries will be accepted on Federal holidays. Contractor shall be able to deliver all items no later than 27 August 2006. Contractor shall be responsible for delivery to a designated site at NSWCDD. Delivery to NSWCDD shall be on a date specified by the government with a minimum of 4 weeks prior notice to the contractor. This procurement is DO priority rated. All quotes shall include the following information to enable the Government to make its award determination: a technical description of the items being offered in sufficient detail to evaluate compliance with the specifications listed above. This may include product literature, data sheets, and/or other documents, if necessary. The Government will make an award resulting from this synopsis to the responsible offeror whose offer is determined to be most advantageous to the Government. Award decision shall be based on an offer that meets the above specifications; meet the Government?s required delivery date; and that have a reasonable overall evaluated price for each item. Although price will be evaluated, it will not be the determining factor in the Government?s award decision. Technical capabilities and delivery are significantly more important to the award decision. The closing date for receipt of quotes is 2:00 p.m. (Eastern time) 5 July 2006. Electronic quotes are encouraged at DLGR_NSWC_XDS11@navy.mil but quotes may also be faxed to (540) 653-7088 or delivered to the Naval Surface Warfare Center, Dahlgren Division; Attn: Code XDS11C Building 183, Room 102, 17320 Dahlgren Road, Dahlgren, VA 22448-5100. The Naval Surface Warfare Center, Dahlgren Division has implemented Electronic Commerce (EC) in the acquisition area; therefore, the synopsis/solicitation with any applicable amendments will be available on the World Wide Web at http://www.nswc.navy.mil/wwwDL/XD/SUPPLY/. Hard copies will not be provided. Vendors should regularly access the NSWCDD Web Site to ensure that they have downloaded all amendments. DoD will no longer award to Contractors not registered in the Central Contractors Registration (CCR) database. Any questions can be forwarded to fax number (540)653-7088, Attention Code XDS11C; email address is DLGR_NSWC_XDS11@navy.mil, or telephone (540)653-7478, reference number N00178-06-Q-1174.
- Record
- SN01078640-W 20060629/060627222009 (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 |