Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 4,1999 PSA#2295

Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Ave., Miami, FL 33177-1630

95 -- COATED STEEL H-PILES, USCG BASE MIAMI BEACH AND USCG STA ST. PETERSBURG, FLORIDA SOL DTCG82-99-Q-3WC089 DUE 031999 POC Ms. Pat Dixon (305) 278-6725 SYNOPSIS/SOLICITATION: This combined Synopsis/Solicitation is issued as an REQUEST FOR QUOTATION (RFQ). All information is contained in this document. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular FAC 97-10. (IV) This combined/solicitation is under the Small Business Set-Aside Program. The standard identification code (SIC) is 3441, size standard of 500. SCOPE: The contractor shall provide all materials and services necessary to procure, deliver, and off-load coated steel H-Piles to two locations in Florida. REFERENCES: (1) ASTM A 36 (1996) Carbon Structural Steel, (2) SSPC PS 11.01 (1991) Black (or Dark Red) Coal Tar Epoxy-Polyamide Painting System, (3) SSPC PS 12.01 (1991) One-Coat Zinc-Rich Painting System, (4) SSPC SP 10 (1991) Near-White Blast Cleaning, (5) SSPC Paint 16 (1991) Coal Tar Epoxy-Polyamide Black (or Dark Red) Paint, (6) SSPC Paint 20 (1991) Zinc-Rich Primers (Type I, "Inorganic", and Type II, "Organic"). SUBMITTALS: (1) Certificate of conformance to standards for the steel piles, (2) Manufacturer's literature for the Organic Zinc Primer and the Black Coal Tar Epoxy-Polyamide paints to be approved by a Coast Guard technical representative. STEEL REQUIREMENTS: HP 12 X 53 steel piles meeting ASTM A 36. A certificate indicating that the piling was manufactured in accordance with this specification shall be mailed to the contracting officer at the time of delivery. The piles shall be coated as specified below. COATING REQUIREMENTS: Blast clean each pile in accordance with SSPC SP 10. Apply one Organic Zinc Primer, meeting SSPC Paint 20 Type II, coat to all surfaces not more than 2 hours after blast cleaning. Organic Zinc Primer shall be applied in accordance with SSPC PS 12.01 to 2 mils DFT. Apply Black Coal Tar Epoxy-Polyamide meeting SSPC Paint 16 to all surfaces after the primer coat is fully dry. The Coal Tar Epoxy-Polyamide shall be applied in accordance with SSPC PS 11.01 to a minimum of 16 mils DFT. Both the prime coat(Zinc Primer) and the top coat (Coal Tar Epoxy) shall be from the same manufacturer to ensure system compatibility. QUANTITIES/DELIVERY LOCATIONS: Deliver fifty (50) 35 foot piles, fifty (50) 45 foot piles, and six (6) 60 foot piles (total 4360 linear feet) to Commander, U.S. Coast Guard Group, 100 MacArthur Causeway, Miami Beach FL 33139-5101, POC: Aids to Navigation Officer, Ph: (305) 535-4311. Deliver twenty (20) 60 foot piles (total 1200 linear feet) to Commander, U.S. Coast Guard Group, 600 8th Ave, St. Petersburg FL 33701-5099, POC: Aids to Navigation Officer, Ph: (813) 824-7631. DELIVERY LIMITATIONS: CG Group Miami Beach is located on an island whose only access is a single lane bridge. That bridge has for single lane traffic an HS20-44 load capacity as designated by AASHTO which the contractor shall not violate. DELIVERY SCHEDULE: Delivery of piles shall be within 30 days after the contract is awarded to the locations specified above. The contractor shall notify the consignee at least 3 working days before delivery of piles. Delivery shall be made during weekdays between the hours of 8:00 a.m. and 3:00 p.m. QUALITY ASSURANCE: Each pile delivered shall be straight. The specified coating system shall not be severely damaged upon delivery and unloading. If these requirements are not met the consignee may reject the material. Damaged coating systems may be touched-up' by the contractor in accordance with the manufacturer's recommendations to meet these requirements. QUOTATION REQUIREMENTS: Provide quote in the following format: Coated Steel H-Piles Delivered to Coast Guard Group Miami Beach, FL Size 35' Qty 50 $_______each $_______ 45' 50 $_______each $_______ 60' 6 $_______each $_______ Subtotal: $_______ Coated Steel H-Piles Delivered to Coast Guard Group St. Petersburg, FL Size 60' Qty 20 $_______each $_______ Subtotal: $_______ Total Quotation: $_______ Both Locations FAR provision 52.212-1 Contract Term and Conditions Commercial Items (June 1997) is incorporated by reference. FAR provision 52.212-2Evaluation-Commercial Items does not apply, award will be made to the lowest price. Bidders shall complete FAR 52.212-3 Offerors Representative and Certifications-Commercial Items (Jan 1997) and submit it with their bid. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 1997) hereby apply to this solicitation FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items hereby applies to this acquisition; including FAR 52.215-5 Facsimile Proposals (Oct 1997); FAR 52.214-34 Submission of Offers in the English Language (Apr 1991);FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; FAR 52.219-9, Small Business Disadvantage and Women Owned Small Business Subcontracting Plan, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era; FAR 52.225-03, Buy American Act-Supplies; FAR 52.246-02, Inspection of Supplies-Fixed Price (Aug 1996); FAR 52.247-15, Contractor Responsibility for Loading and Unloading (Apr 1984) applies to this procurement; FAR 52.249-02 Termination for Convenience of the Government (Fixed Price) (Sept 1996); FAR 249-08 Default (Fixed Price Supply and Service) (Apr 1984) NOTICE TO OFFERORS: For Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU), has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $1.0 million per contract. The DOT provides an 80% guaranty on the bond amount to a surety against losses. Loans are also available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning Bonding Assistance Program and/or the STLP, please call the OSDBU at (800)532-1169. SUBMISSION OF QUOTES" All responsible sources may submit a quotation, which will be considered by this agency. Closing date and time for receipt of offers is March 19, 1999, 4:00 p.m., Eastern Time. Facsimile offers are acceptable and may be forwarded to (305)278-6704 Attention: Pat Dixon. Mail shall be addressed to Contracting Officer, USCG Civil Engineering Unit, 15608 S.W. 117th Avenue, Miami, FL 33177-1630. All quotes shall be clearly marked with the contractor's name, address, phone number and contact person, along with the solicitation number.***** Posted 03/02/99 (W-SN303678). (0061)

Loren Data Corp. http://www.ld.com (SYN# 0282 19990304\95-0001.SOL)


95 - Metal Bars, Sheets and Shapes Index Page