MODIFICATION
20 -- Aluminum Towers and Stainless Steel Bridles - Solicitation 1
- Notice Date
- 8/16/2012
- Notice Type
- Modification/Amendment
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- RA133012RQ0599
- Archive Date
- 7/24/2012
- Point of Contact
- Sue Bratton, Phone: 303-497-6155
- E-Mail Address
-
Sue.Bratton@noaa.gov
(Sue.Bratton@noaa.gov)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Specs and Drawings SF1449 Solicitation PLEASE NOTE THE NEW RFP NUMBER ON THE ATTACHED SOLICITATION DOCUMENT - RA133R-12-RQ-1005 TITLE: Fabrication of Aluminum Towers and Stainless Steel Bridles for weather buoys. LOCATION: FOB Destination, Office of National Marine Sanctuaries (ONMS) 7600 Sands Point Way, Seattle, WA NAICS CODE: 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing, Small Business Size Standard 500 employees. SET-ASIDE STATUS: This procurement is a 100% Woman-Owned Small Business Set Aside DESCRIPTION: NOAA's Pacific Marine Environmental Laboratory (PMEL) has a requirement for Tropical-Flexible and low-cost electonics (TFLEX) Towers and Autonomous Temperature Line Acquisition System (ATLAS) Bridles. The following specifications shall apply: TFLEX Towers: 1. Provide fully assembled aluminum TFLEX Towers to PMEL Seattle, WA as specified below. 2. All welding of tower components shall be done while attached to government furnished alignment jig. Two jigs will be supplied. Each jig will support one tower during assembly. Vendor will pay cost of shipping jigs to and from PMEL Seattle, WA. Weight is approximately 300 pounds per pair. 3. The single bolt hole in each of the three tower feet must be bolted to the appropriate hole in the alignment jig using 1" diameter bolts tightened to a torque of approximately 90 ft/lbs. The feet shall remain so attached during the assembly and welding of ALL components of the tower structure. This method assures the alignment of the towers to existing buoys that were built on identical jigs. Drilling of oversized holes, bending of components, etc, shall not be an acceptable method of adjusting a tower to fit on a government owned jig. TOWERS THAT DO NOT FIT ON THE GOVERNMENT OWNED JIGS LOCATED AT PMEL WILL BE REJECTED. 4. Towers shall be made entirely of type 6061-T6 aluminum with the exception of the Top Ring that may be made of 6063-T6 aluminum at the vendor's discretion. All welding shall be done with filler rod 5356 aluminum, be free of voids, and conform to AWS D2.1 current standard. ATLAS Bridles: 5. Provide all fully assembled stainless steel bridles as specified below and on drawings that will be available with the solicitation: ATLAS bridle-00-0G-W, and {ATLAS}{TFLEX}{Gen 0}{Main Bridle Dwg}{8} and associated drawings. 6. All welding of bridle components shall be done while attached to government furnished alignment jig. Two jigs will be supplied. Each jig will support one bridle during assembly. Vendor will pay cost of shipping jigs to and from PMEL Seattle, WA. Total weight per jig pair is 656 pounds. 7. The single bolt hole in each of the three bridle feet must be bolted to the appropriate hole in the alignment jig using 1" diameter bolts tightened to a torque of approximately 90 ft/lbs. 8. The feet shall remain so attached during the assembly and welding of ALL components of the bridle structure. This method assures the alignment of the bridles to existing buoys that were built on identical jigs. Drilling of oversized holes, bending of components, etc, shall not be an acceptable method of adjusting a bridle to fit on a government owned jig. 9. BRIDLES THAT DO NOT FIT ON THE GOVERNMENT OWNED JIGS LOCATED AT PMEL WILL BE REJECTED. 10. Bridles shall be made entirely of type 316 stainless steel. All welding shall be done with filler rod 316L, and be free of voids. NOAA anticipates awarding a single award, Indefinite Delivery Indefinite Quantity contract with a 1 year Base Period and four 1-year Option Periods. The Government shall place orders totaling a minimum of 30 Towers and 30 Bridles over the life of the contract. The amount of all orders shall not exceed 95 Towers and 95 Bridles over the life of the contract. All towers and bridles are to be delivered FOB Destination, to the NOAA/Pacific Marine Environmental Laboratory, 7600 Sand Point Way NE, Seattle, WA 98115-6349. Delivery shall be made FOB-Destination, at the expense of the offeror, within 60 calendar days after receipt of a signed delivery order. Order(s) will be placed based on a specified number of Towers and Bridles. TENTATIVE SOLICITATION ISSUE DATE: July 9, 2012 TENTATIVE PROPOSAL DUE DATE: July 30, 2012 ANTICIPATED AWARD DATE: August 30, 2012 PERIOD OF PERFORMANCE: NOAA anticipates awarding an Indefinite Delivery Indefinite Quantity contract with a one year base and four one-year option periods. CONTRACTOR REGISTRATION: To be eligible for award, a contractor must (1) be registered in the Central Contractor Registry at www.ccr.gov and (2) must complete the Online Representations and Certifications Application at https://orca.bpn.gov/. All offerors must have a Dun & Bradstreet Data Universal Numbering System (DUNS) identifier. A DUNS number may be acquired free of charge by contacting Dun & Bradstreet at (800) 333-0505 or online at https://eupdate.dnb.com, then click on "D&B D-U-N-S Number". Once the solicitation is issued, all responsible and fully responsive sources may submit a proposal which will be considered by the Agency. Any resulting contract will be awarded as an Indefinite-Delivery, Indefinite-Quantity contract. Solicitation documents are estimated to be available for download on or around July 9, 2012 at http://www.fedbizopps.gov/. Paper copies of this solicitation will not be issued. Interested parties should use the FedBizOpps [Add To Watchlist] and [Add Me To Interested Vendors] features which provide a notification when the RFP becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential offeror is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only at http://www.fedbizopps.gov/. No collect calls will be accepted. All responses to this notice may be submitted via e-mail to Sue Bratton, Contract Specialist, at Sue.Bratton@noaa.gov. The phone number is (303) 497-6155. PLEASE NOTE THE NEW RFP NUMBER ON THE ATTACHED SOLICITATION DOCUMENT _ RA133R-12-RQ-1005
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA133012RQ0599/listing.html)
- Place of Performance
- Address: Pacific Marine Environmental Labs, 7600 Sand Way NE, Seattle, Washington, 98115, United States
- Zip Code: 98115
- Zip Code: 98115
- Record
- SN02843523-W 20120818/120817001309-40970a5d65ad360d405ed33fdc803333 (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 |