Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2011 FBO #3539
SOLICITATION NOTICE

R -- Replacement of Maintenance Trolley Lines - Contract Terms and Conditions

Notice Date
8/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423510 — Metal Service Centers and Other Metal Merchant Wholesalers
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG07312011
 
Archive Date
9/28/2011
 
Point of Contact
Myria Carpenter, Fax: 202-382-7870, Herman P Shaw, Fax: 202-382-7870
 
E-Mail Address
mecarpen@bbg.gov, hshaw@bbg.gov
(mecarpen@bbg.gov, hshaw@bbg.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Terms and Conditions (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM 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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) Solicitation No. BBG07312011 is issued as a Request For Quotes(RFQ) for a Firm-Fixed price (FFP) purchase order that will be awarded using the simplified acquisition procedures in FAR Part 13. (iii) This solicitation document and incorporated provisions and clauses are those in effect from the Federal Acquisition Regulations 2005-53, dated July 05, 2011. (iv) This is a total small business set-aside. The North American Industry Classification Systems (NAICS) code for this acquisition is 492110. The small business size standard is 1,500 employees. (v) The contractor shall provide the following Contract Line Item (CLIN): 1. Fabricating cables for the replacemnet of maintenance troly lines. The Contractor shall fabricate cables, affix the terminiations at the factory and delivery of the finished cables to BBG's logistics agent in Chantilly, VA. (vi) The Broadcasting Board of Governors, International Broadcasting Bureau (BBG/IBB), Sri Lanka Transmitting Station, has a requirement to replace nine (9) Maintenance Trolley Lines at its Transmitting Station located in Chilaw, Sri Lanka approximately 80 Km north of Colombo. This request for quotation is for fabricating cables, affixing the terminations at the factory and delivery of the finished cables to our logistics agent in Chantilly VA. 20151. Installation of the cables will be performed by the Sri Lanka Transmitting Station. The length of the trolley lines and their identification are, PQ1-97.85 meters, PQ2- 98.85 meters, PQ3-96.95 meters, QR1-97.85 meters, QR2-98.85 meters, QR3-83.70 meters, RS1- 84.60 meters, RS2-84.80 meters, RS3-83.70. The lines are 5/8" diameter, 6x19 IndependentWire Rope Core (IWRC) Extra Extra Improved Plow Steel (EEIP) wire rope. The replacement cables will be 5/8" diameter, 6x19 IWRC EEIP Wire Rope. Cables can be fabricated from either Hot Dipped Galvanized or Stainless Steel wire rope. Factory installed terminations on each cable end can be either an open/closed Spelter Socket or Flemish Eye Splice. Speltered fittings shall be poured zinc. Do not IMP epoxy spelter material. Metal sleeves used on the Flemish eye splice must be of the same grade and type as the wire rope. Please quote for both types of terminations. Vendor will comply with Technical Specifications and Certification of all material and indicate that material/products conform to or exceeds specified requirements. A qualified professional engineer will prepare structural analysis data for wire rope, end fittings, and terminations. Wire rope and terminations must conform to ASTM- A1023 with minimum tensile breaking strength of 20.43 tons/40,860.00 lbs. End fittings selected and completed by wire rope fabricator are to be certified to withstand loads indicated. Assemblies shall be pre-stretched before cutting strand to length and before socketing or finishing with Flemish Eye. Pre-stretch by cyclically loading the strand from 10 percent to 45 percent, and then back to 10 percent of the minimum breaking strength. Cycle to 45 percent a minimum of ten times. In each cycle, hold the tension at 45 percent for a sufficiently long time to permit adjustment of component parts to the load. Do not pass loaded strand around a sheave. After attaching fittings to each end, proof-load each assembly to 45 percent of the strand minimum breaking strength. After proof-loading, release assembly from testing machine. Then re-attach and retension assembly to 15 percent of minimum breaking strength, measure assembly length. Wire rope assemblies shall be shipped on reels that have a minimum diameter of 24 inches. Technical Specifications ASTM Publications : A-90-01 —Test Method for Weight (Mass) of Coating on Iron and Steel Articles with Zinc or Zinc-Allow Coatings; A-143-01- Recommended Practice for Safeguarding Against Embrittlement of Hot- Dip Galvanized Structural Steel Products; A-153-01-Zince-Coating (Hot-Dip) on Iron and Steel Hardware A-1023/A02, Standard Carbon Steel Wire Ropes for General Purposes (vii) The Period of Performance is 365 days after award. (viii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. Full text of all FAR clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far). Interested contractors who are capable of providing these services should submit a quote demonstrating their ability and experience in providing the required services. CONTRACTOR QUALIFICATIONS SHALL INCLUDE BUT NOT BE LIMITED TO: A) Specific experience in fabricating cables. (ix) The Federal Acquisition Regulation (FAR) provision FAR 52.212-2 Evaluation-Commercial Items, applies to this solicitation. The Government will award a Commercial Item, Firm-Fixed-Price, purchase order resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be most advantageous to the Government, based on price. When combined, technical evaluation factors are approximately equal to cost/price. THE FOLLOWING FACTORS SHALL BE ADDRESSED IN THE QUOTE AND SHALL BE USED TO EVALUATE QUOTES: A) Ability to perform the work and B) Ability to complete the work within the specified period of performance (Technical Approach); 2) Separate Price Quote showing a price breakdown for CLIN above. The prices for shall be provided in English and United States dollars. Offerors responding to this solicitation shall submit the following additional information to the contracting officer: [1] Detailed technical information that will enable the Agency to determine the compliance with the form, fit, and function requirements of this solicitation per FAR 52.211-6 (Brand Name or Equal), and [2] a contact person within the company who will be charged in answering technical questions regarding the alternate items being proposed. Offerors are cautioned that failure to provide adequate information on the technical specifications on their proposed items (if other than the specific model items listed herein) may deem their proposal unacceptable. Offerors are cautioned that failure to address each of the above factors may deem their quote unacceptable. ). Quotes shall be in writing and must be signed by an official authorized to bind the organization. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. (x) Offerors shall include a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. Proposals should also include contractor’s DUNS Number, prompt payment terms, and correct remittance address, if different from mailing address. The contractor must be registered on-line with the Central Contractor Registration (CCR) Web site at: http://www.ccr.gov/Start.aspx. The successful Offeror will be required to complete and submit an ACH form, for Electronic Funds Transfer (EFT), to the Contracting Officer before submitting their first invoice. In addition, the successful Offeror must obtain a DUNS number and have an active registration in CCR before award. (xi) The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.219-8 Utilization of Small Business Concerns (May 2004); 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity(May 2007) (E.O. 11246); 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010); 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). (xiii) Additional contract clauses for this acquisition are FAR 52.211-6 Brand Name or Equal (AUG 1999) other than those consistent with customary commercial practices. NOTE: See Government-Wide Numbered Notes 13 and 25. (xiv) No Defense Priorities and Allocation System (DPAS) rating assigned. (xv) Failure to provide the required services for the above CLIN may result in the rejection of your proposal. Proposals shall be in writing and must be signed by an official authorized to bind the organization. Oral or faxed quotes will not be accepted. Please note that questions must be submitted in writing to Wayne Green by email (wgreene@bbg.gov) or fax (202-382-7870) and received before the deadline of 12:00 p.m., Eastern Standard Time on 8/10/2011. Quotes shall be submitted via email and must be received before deadline. Proposals are due at the Broadcasting Board of Governors, International Broadcasting Bureau, Office of Contracts, 330 C Street, SW, Room 4007, Washington, DC 20237 on 8/16/2011, at 3:00PM, Eastern Time. (xvi) Contact: Wayne Greene, Contract Specialist, Facsimile 202-382-7870, email: wgreene@bbg.gov. All responsible sources may submit an offer that will be considered by the Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG07312011/listing.html)
 
Record
SN02517468-W 20110803/110801235543-925cb72a0def5e87abe6f1e431a0b998 (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.