SOLICITATION NOTICE
41 -- SHIP ARRESTOR CABLE - Drawing
- Notice Date
- 9/8/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332618
— Other Fabricated Wire Product Manufacturing
- Contracting Office
- Department of Transportation, St. Lawrence Seaway Development Corporation (SLSDC), SLSDC Headquarters, P.O. Box 520, 180 Andrews Street, Massena, New York, 13662
- ZIP Code
- 13662
- Solicitation Number
- DTSL5517Q0124
- Archive Date
- 10/7/2017
- Point of Contact
- Patricia L. White, Phone: (315) 764-3236
- E-Mail Address
-
patricia.white@dot.gov
(patricia.white@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- FAR Clause 52.212-3 Drawing SLS370/67-2 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; quotes (offers) are being requested and a written solicitation will not be issued. Solicitation number DTSL5517Q0124 is issued as a request for quotation. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The applicable NAICS code is 332618 and the size standard is 500 employees. The Saint Lawrence Seaway Development Corporation (SLSDC) has a requirement for wire rope with the following characteristics: Size - 3-1/2" fiber core wire rope; Classification - 6X37; Ultimate strength - 1,000,000 pounds. The SLSDC utilizes wire rope in conjunction with hydraulic cylinders to prevent ships from striking the miter gates. These wire ropes are becoming aged and need replacement. The offeror shall provide pricing for the following line items: Line Item No. Description (See Section Lengths at the bottom of this table) Quantity 1 or Furnish 1 north side section. For the Lot 2 or Furnish 1 north side section and 850' min. of newly spooled wire rope. For the Lot 3 or Furnish 1 north side section and 1 south side section. For the Lot 4 or Furnish 1 north side section, 1 south side section and 700' min. of newly spooled wire rope. For the Lot 5 or Furnish 2 north side sections and 1 south side sections. For the Lot 6 Furnish 2 north side sections, 1 south side sections, and 550' min. of newly spooled wire rope. For the Lot Where a northside section is specified the section shall measure 144'6" +/-2" as measured per the attached reference drawings. For all north side sections the SLSDC will furnish the sockets (open sockets) and the vendor shall install them on the new wire rope. Where a southside section is specified, the section shall measure 152'10" +/-2" as measured per the attached reference drawings. Additionally, for all south side sections, the vendor shall furnish and install the forged "closed socket" on the new wire rope per the attached reference drawings. Where a minimum length of wire rope is specified, the vendor shall supply the additional wire rope on a spool and deliver to the SLSDC in addition to the sections being supplied for that bid item. Where wire rope sections (i.e. north side and/or south side) are required in the bid items, the vendor shall have the spelter sockets zinced or resined on the wire rope. Additionally, the section(s) shall be non-destructive and proof tested by a certified laboratory and a report shall be presented to the SLSDC showing positive test results. At a minimum, each section and socket shall be load tested to 40% of the breaking strength and each socket shall be magnetic particle tested. Responsibilities: The SLSDC will be responsible for providing north side sockets (open sockets). The Vendor will be responsible for personnel, materials (closed sockets and wire rope) testing, delivery and equipment to complete the work. Attachment: Drawing SLS 370/67-2 Offerors shall submit pricing for all line items. The SLSDC will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the SLSDC, price and other price related factors considered. Only one line item will be awarded. The SLSDC intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the SLSDC reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The SLSDC may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The contract will be awarded prior to September 30, 2017 depending on funding availability. Offerors shall keep their pricing valid for sixty (60) days if funding is not available until the next fiscal year. Delivery is FOB Destination to the SLSDC Receiving Warehouse, 251 Fregoe Road, Massena, NY 13662, no later than March 1, 2018. F ederal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. Award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous (best value) to the SLSDC based on the above evaluation factors. Technical and past performance are equal to price. Offerors are required to include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer if they have not completed their certifications and representations on the System for Award Management (SAM) website at www.sam.gov. FAR clause, 52.212-4, Contract Terms and Conditions-Commercial Items is applicable to this acquisition. The following FAR clauses contained within clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns ( if the offeror elects to waive the preference, it shall so indicate in its offer); 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.232-36, Payment by Third Party. Other applicable FAR provisions and clauses include 52.204-7, System for Award Management (Oct 2016); 52.204-13, System for Award Management Maintenance (Oct 2016); 52.204-18, Commercial and Entity Code Maintenance (Jul 2016); 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (Dec 2013). Response date for receipt of offers/quotes is by 12:00 pm EST, Friday, September 22, 2017. Quotes shall be sent to Patricia White, Contracting Officer, Saint Lawrence Seaway Development Corporation, 180 Andrews Street, Massena, NY 13662 or emailed to patricia.white@dot.gov. All responsible offerors may submit a quote which shall be considered by the Saint Lawrence Seaway Development Corporation. The SLSDC contemplates award of a firm, fixed price contract resulting from this solicitation. Offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov to be eligible for award. Full text of FAR clauses and provisions may be accessed electronically at www.acquisition.gov/far/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/SLSDC/SLSDCHQ/DTSL5517Q0124/listing.html)
- Place of Performance
- Address: Delivery - 251 Fregoe Road, Massena, New York, 13662, United States
- Zip Code: 13662
- Zip Code: 13662
- Record
- SN04668891-W 20170910/170908231918-8d5053a1fc24948ed375febb64fce643 (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 |