Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2012 FBO #3914
MODIFICATION

53 -- Embedment Mooring Anchor System

Notice Date
8/10/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
33100 Tamiami Trail E, Ochopee, FL 34141
 
ZIP Code
34141
 
Solicitation Number
P12PS17867
 
Response Due
8/21/2012
 
Archive Date
2/17/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is P12PS17867 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 238990 with a small business size standard of $14.00M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-08-21 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be St. John, VI 00830 The National Park Service requires the following items, Meet or Exceed, to the following: LI 001, Embedment Mooring Anchor Systems Each system consists of the following components and specifications with a minimum breaking strength rating of 32,000 pounds. For each mooring anchor system, two modified helical solid square shaft galvanized anchors with extensions and customized heads will be installed and hydraulically embedded into the sea floor as per manufacturers? instructions. The head of each anchor must accept a hydraulic load testing device, to test and verify a combined minimum holding capacity of 32,000 pounds is achieved. Once installed, the two modified helical anchors must equally share a load across a horizontal plane using a beam, and transfer the holding strength (force) upward through an integral yoke component fastened to the beam. The yoke must move or toggle parallel to the beam and be designed to stay connected to the beam if the toggle-connection were to fail. The top end of the yolk must be modified to accept and attach a minimum 3/4-inch galvanized chain that passes through a subsurface buoy of sufficient size to completely suspend the beam and yoke component above the sea floor. The opposite (upward) end of chain attaches to an appropriately sized galvanized eye-to-eye swivel. The swivel connects to a modified pair of braided polyester shock-absorbing lines with ends fitted by the manufacturer with galvanized thimbles. Price MUST include shipping to St. John, US Virgin Islands., 11, EA; LI 002, Embedment Mooring Anchor System-spedifications same as above- MUST be quoted for evaluation purposes. (The Government reserves the right to unilaterally exercise Option Items at time of award), 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Park Service intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Park Service is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor at time of award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. To be considered for award, all Sellers must be manufacturer/ Federally authorized distributors of the equipment/services they are offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS17867/listing.html)
 
Place of Performance
Address: St. John, VI 00830
Zip Code: 00830-6108
 
Record
SN02834979-W 20120812/120811000111-ff746679b172cd2c0664c4b5459cbbc9 (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.