SOLICITATION NOTICE
56 -- Conductor Submarine Cable
- Notice Date
- 6/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335929
— Other Communication and Energy Wire Manufacturing
- Contracting Office
- Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
- ZIP Code
- 02142-1093
- Solicitation Number
- DTRT57-12-Q-80058
- Archive Date
- 9/12/2012
- Point of Contact
- Karen M. Marino, Phone: 6174942437
- E-Mail Address
-
karen.marino@dot.gov
(karen.marino@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation No. DTRT57-12-Q-80058 is issued as a Request for Quotation (RFQ). This solicitation is being conducted under FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, effective May 18, 2012. The NAICS Code is 335929; the Small Business size standard is 1,000 Employees. The U.S. Department of Transportation, Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, MA, is supporting the Federal Aviation Administration (FAA) in the design and construction of new platforms, ladder safety systems, wiring and piles. The Volpe Center is seeking to acquire 3400 linear feet of new 4 conductor submarine cable for use requirement for these piles is described in detail in the Statement of Work (SOW) below. STATEMENT OF WORK (Begin) San Diego International Airport Runway 9 MALSR System Refurbishment Project 1.0 BACKGROUND The FAA owns and maintains an approach lighting system (ALS) to Runway 9 at the San Diego International Airport. An ALS is a configuration of signal lights disposed symmetrically about the extended runway centerline, starting at the landing threshold and extending outward into the approach zone. This system provides pilots with visual information regarding runway alignment, height perception, roll guidance and horizon references. Specifically, the system is a Medium Intensity Approach Lighting System (MALS) with Runway Alignment Indicator Lights (RAIL), considered a MALSR in combination. The MALS consists of a threshold light bar and seven steady burning light bars spaced at 200-foot intervals along the extended runway centerline and extending out a distance of 1,400 feet from the Runway 9 threshold. The RAIL portion consists of five sequence flashers located on the extended runway centerline, the first being located after the last steady burning light station, with successive light stations located at 200-foot intervals out to approximately 2,400 feet from the runway threshold. All lights are aimed into the Runway 9 approach and away from the runway threshold. MALSR Station 15+00 and each successive light station after that are supported on top of an elevated timber platform (see attached photos). Four of the platforms (Stations 15+00, 17+00, 19+00, 21+00) are located in a boat channel (the former mouth of the San Diego River and referred to on some maps as Navy Lagoon) and the last two stations (Stations 23+00 and 24+85) are located on land across the lagoon on elevated platforms as well within NTC Park, a recently-developed San Diego city park. Initially installed in 1982, the platforms at stations 15+00, 17+00, 19+00, 21+00 and six of the eight supporting timber piles at stations 17+00, 19+00, 21+00 have deteriorated to a point where the structural and operational integrity of the MALSR is in question. FAA plans to make necessary repairs to the MALSR and bring the platforms into OSHA compliance. The proposed action is strictly maintenance-related and does not affect the existing functionality of the airport. To this end, the Volpe National Transportation Systems Center in Cambridge, Massachusetts, is supporting the FAA in the design and construction of new platforms, ladder safety systems, wiring, and piles for the above mentioned stations. The purpose of this purchase requirement is for the Volpe Center to acquire 3400 linear feet of new 4 conductor submarine cable for use in this project. 2.0 REGULATORY COMPLIANCE AND REFERENCES 2.1 Applicable Regulations and Standards In cases where standards and/or purchase order documents are conflicting or discrepancies occur, the more stringent requirement shall be followed and enforced. Applicable standards include, but are not limited to: American Society for Testing and Materials (ASTM) • ASTM B3 Standard Specification for Soft or Annealed Copper Wire • ASTM B8 Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft Underwriters Laboratories (UL) • UL 44 Thermoset-Insulated Wires and Cables Additional requirements may be incorporated by reference in the above mentioned documents. 3.0 REQUIREMENTS The cable to be supplied will be a submarine grade cable rated for submerged and direct burial applications. The following minimum requirements will apply: CONDUCTORS The cable shall contain 4 conductors Class B per ASTM B3 and ASTM B8 rated to 600V. Three conductors shall be 6AWG and one shall be 10AWG. The 10AWG wire will be used as the ground (preferably color code green). INSULATION Each conductor shall be insulated meeting the requirements of UL 44. Additionally insulators should be color coded or marked in a way to provided circuit identification. COATING/JACKET The wires shall be encased in a sunlight resistant Polyvinyl Chloride (PVC) or similar water resistant jacket acceptable for use in submerged and direct burial applications. This order is for 3400 linear feet of cable. The contractor shall supply material specification sheets with their quote showing the physical properties of the cable and that cable meets all applicable industry standards including those referenced above. The contractor shall also provide documentation certifying that the cable is rated for use in submerged and direct burial applications. 4.0 DELIVERABLE SCHEDULE Cable shall be ready for delivery by 9-4-12. Final shipping address will be provided within two weeks of purchase order award. Statement of Work (End) The Government intends to award one (1) purchase order on a firm-fixed price basis as a result of this RFQ. This RFQ is expected to result in a single purchase order award, subject to receipt of an acceptable quotation. An award will be made to the source whose quotation, conforming to the solicitation and specifications listed in the SOW, is determined to offer the best value to the Government based on price. The Offeror shall provide pricing for the following Contract Line Items (CLINs) in accordance with the SOW: CLIN 0001 - Submarine Cable $_________________ CLIN 0002 - Shipping Cost $_________________ The contractor shall use San Diego, California to calculate shipping costs for the proposal. Total for CLINs 0001 & 0002 $_________________ INSTRUCTIONS TO OFFERORS: Please direct any questions regarding this RFQ to the attention of the Contracting Officer cited below, questions shall be sent via email to Karen Marino at Karen.marino@dot.gov. The quote should be addressed to the following: U.S. Department of Transportation, Volpe National Transportation Systems Center, Attn: Karen Marino, RVP-32, 55 Broadway, Cambridge, MA 02142. The signed quote must be submitted via e-mail to Karen.Marino@dot.gov. The time for receipt of offers is 3:00 PM Eastern Time on 06/19/2012. FAR 52.212-1, Instruction of Offerors-Commercial Items is hereby incorporated by reference. All Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The Offeror is reminded that as of January 1, 2005, it must provide Certifications and Representations online at least annually via ORCA at the following website: http://orca.bpn.gov. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, (OCT 2010) is hereby incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference. Additional clauses cited in 52.212-5 that apply to this acquisition are: 52.203-6, 52.214-35, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-16, 52.223-18, 52.225-13, 52.232-33, 52.232-34, and 52.222-41. These references may be viewed at www.acquisition.gov/far. No telephone requests will be honored. The Government will not pay for any information received. The following notice is provided for informational purposes for Minority, Women-Owned and Disadvantaged Business Enterprises. ATTENTION: Small and Disadvantaged (SDB), Women-Owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation's (DOT) Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation-related contracts. The Maximum line of credit is $750,000. The STLP loan has a variable rate, which is connected to the prime rate. The current rate may be found on the OSDBU website http://osdbuweb.dot.gov or call 1-(800) 532-1169.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-12-Q-80058/listing.html)
- Record
- SN02773442-W 20120614/120612235437-be4dceada384eb665338b471466ffd23 (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 |