Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2015 FBO #5046
SOLICITATION NOTICE

51 -- Purchase of Tools and Equipment for the Installation of FRP Matting - Description of Requirement / Bid Submission Form

Notice Date
9/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
444130 — Hardware Stores
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE ITL, GSL, EL, CHL, Vicksburg, 3909 Halls Ferry Road, VICKSBURG, Mississippi, 39180-6199, United States
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ-15-R-0317
 
Archive Date
10/3/2015
 
Point of Contact
Graham Landers Grant, Phone: 6016345335
 
E-Mail Address
landers.grant@usace.army.mil
(landers.grant@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 02 - Bid Submission Form Attachment 01 - Description of Requirement This is a combined synopsis/solicitation for commercial items 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. Requisition Number W81EWF51420317 is being issued as a Request for Quotation (RFQ) with the intent to award as a simplified acquisition. The solicitation will be competed as a 100% Small Business Set-Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Geotechnical & Structures Laboratory at Vicksburg, MS has a requirement for the following: The creation of a prototype kit required to install Fiber Reinforced Polymer (FRP) matting over concrete or asphalt. As part of the prototype kit demonstration, a complete kit must be purchased and then demonstrated by the ERDC and U.S. Army users to verify the design and required equipment. The items included in this contract will be used toward the creation of two army kits. The items purchased will remain US Army property and will either be used for training or be used in the final kit package for the FRP installation. SPECIFCATIONS: The following items are required to fulfill this requirement: (All examples provided are in reference to a brand name or equal to and in the below section ‘Detailed Specifications' list all Salient Characteristics) • Rescue saw/hydraulic cut-off saw 16 in./Qty-2/Example Brand/Part Number- Husqvarna K2500 • Cut-off saw blades - diamond concrete 16 in.(heavy duty)/Qty-8/Example Brand/Part Number-Husqvarna HI5 • Hydraulic impact wrench/Qty-2/Example Brand/Part Number- Stanley ID07820 • Trash/sump pump - Hydraulic/Qty-2/Example Brand/Part Number-Stanley TP0300301 • Discharge hose 3 in. dia x 25 ft w/male and female 3 in. camlock couplers/Qty-2/Example Brand/Part Number-Stanley 56761 • Sandgrid (Grid, Sand Confinement) 8ft x 20ft (NSN 5680-01-501-1032)/Qty-16/ No Example provided • Dual Mass Cone Penetrometer kit Qty-2 Example Brand/Part Number-Kessler K-100M General Specifications: The following are general specifications for the hydraulic tools above: • All tools and power units must have a minimum of one (1) year warranty. • All tools must be able to operate up to 250 psi maximum back pressure at tool without damage. • All tools must operate at pressures up to 2000 psi at tool without damage. • All tools connections must be of similar design and compatible with supplied hoses and hydraulic power unit. •Any required accessories, couplings, adapters, etc. required to make the equipment and supplies detailed in the specifications below function upon delivery should be included in the scope of this purchase. Detailed Specifications: The following pages detail tool specifications in addition to those listed in the table above (when required). All research was performed using the models shown in parentheses. The tools must be equivalent to the models tested to ensure reliability and efficiency of the equipment to rapidly perform asphalt and concrete anchor installations for airfield damage repair. Any proposed equivalents will be reviewed to ensure they meet the intended purpose. Equipment information sheets of proposed equivalents must be provided for review by the technical representative prior to approval. Hydraulic Impact Wrench (Salient Characteristics of Stanley ID07820) • Must operate at 4-12 gpm, up to 2000 psi. • Must have ½-inch square drive with friction ring socket retainer. • End of trigger spool must be sealed and protected from dirt and water. • On/off spool and forward-reverse spool must be stainless steel. • Must be able to produce at least 500 ft-lbs. of impact torque. • Weight not to exceed 7.5 lb. • Width not to exceed 4.5 in. • Must be reversible. • Must have steel impact mechanism housing. • Handle must have insulated grips. Hydraulic Cut-Off Saw (Salient Characteristics of Husqvarna K2500) • Must operate at 7-9 gpm, up to 2000 psi. • Weight not to exceed 20 lb. • Must accept 16-in. diam. wheels. • Wheel must mount directly to motor spindle - direct drive. • Must be capable of a 6 in. deep cut. • Must accept 1 inch arbor abrasive wheels or diamond blades. • Must offer saw cart option for conversion to slab saw. • Must include 1/2-in. dual hose whips with 3/8-inch NPT ends. • Motor must not have exposed hydraulic tubes or plumbing. Concrete Cut-Off Saw Blades (Salient Characteristics of Husqvarana HI5) • Must be 16 in. diam. masonry cutting abrasive wheel, 1 in. arbor compatible with hydraulic cut-off saw. Hydraulic Submersible Trash Pump (Salient Characteristics of Stanley TP03) • Must operate at 7-9 gpm, up to 2000 psi. • Must pump at a rate of 450 gallons per minute. • Must weigh less than 35 lbs. • Must not require priming. • Must have a 3 in. discharge hose female connection. • Must be able to run dry without damaging motor or impellor • Must be capable of handling 3 in. solids. Discharge Hose 3 in. (Salient Characteristics of Stanley 56761) • Must be directly compatible with Stanley TP03 Hydraulic Trash Pump. • Must be a minimum of 25 ft in length. • Must be a minimum of 3 in. diameter. Sand Grid • Must comply with NSN 5680-01-501-1032 Dual Mass Dynamic Cone Penetrometer Kit (Salient Characteristics of Kessler K-100M) • Must include a quick-connect upper rod • Must include a dual mass hammer • Must include a 37.75 in. stainless steel drive rod with end cap • Must include a maintenance kit complete with hex key, 3 in one oil, required wrenches, users manual • Must include a 40 in vertical scale with upper attachment • Must include a reusable hardened point • Must include an adapter for disposable cones • Must measure the shear strength of soil with a CBR from 0.5-100. • Must be able to penetrate a depth of 36 in. • Must include 100 disposable cones. • Must be packaged in a Pelican (or equivalent) crushproof carrying case with transport wheels. Delivery: Tools and supplies must be delivered within 30 days of contract award. There is a link titled Additional Documentation near the bottom of this posting by which potential vendors may access the following attachments: Attachment 01 (Description of Requirements) Attachment 02 (Bid Submission Form) The North American Industry Classification System Code for this procurement is 444130 (Hardware Stores - Handtools, power-driven) with a size standard of $7.5 MIL. In accordance with the attached Description of Requirement (Attachment 01), an award for this acquisition will be provided to the vendor whose quote is the Lowest Priced of those determined to be Technically Qualified. FAR 52.212-2 - Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1) Technical - Providing items to create a prototype kit required to install FRP matting over concrete or asphalt that at least meet the minimum specifications as defined in Attachment 01 2) Price The vendor must submit the following so the Government can evaluate the offeror's technical acceptability: 1) Sufficient information to determine that the quality of the required items and are in accordance with the Description of Requirement as defined in (Attachment 01) 2) Must include a completed Bid Submission Form (Attachment 02) and include specifications of quoted equipment. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provisions apply to this acquisition: 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.212-1 Instructions to Offerors-Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 Offerors Representations and Certifications- Commercial Items The following clauses apply to this acquisition: 52.204-13 System for Award Management Maintenance 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.209-7001 Disclosure of Ownership of Control by Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications--Commercial Items 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial Items 252.225-7000 Buy American Statute-Balance of Payments Program Certificate 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7010 Levies on Contract Payments Additionally, the following clauses/provisions located within FAR 52.212- 5 apply to this acquisition: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52-222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration Quotes are due 18 September 2015 not later than 12:00 p.m. Central Standard Time by email addressed to Landers.Grant@usace.army.mil or hard copy mailed to ATTN: Landers Grant Engineering Research and Development Center, Contracting Office, 3909 HALLS FERRY RD. VICKSBURG, MS 39180-6199 For all technical inquiries and questions relating to this solicitation, contact Landers Grant at 601-634-5335 or email at Landers.Grant@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ-15-R-0317/listing.html)
 
Place of Performance
Address: ERDC, 3909 Halls Ferry Road, Vicksburg, Mississippi, 39180, United States
Zip Code: 39180
 
Record
SN03887447-W 20150917/150916000822-94ebd550eb961710f8d787c3bb82bb3c (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.