Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 14,1999 PSA#2387

55 Broadway; Cambridge, MA 02142

20 -- 1,000 LB NAVMOOR ANCHORS SOL DTRS57-99-Q-80091 DUE 071999 POC Point of Contact -- Karen Marino, Purchasing Agent, (617) 494-2437 WEB: Volpe Center Acquisition Division home page, http://www.volpe.dot.gov/procure/index.html. E-MAIL: Purchasing Agent, Marinok@volpe.dot.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. Solicitation No. DTRS57-99-Q-80091 is issued as a Request for Quote (RFQ). This solicitation is being conducted under Simplified Acquisition Procedures (SAP). This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 97-11. The Standard Industrial Classification Code is 3462, and the small business size standard is 500 employees. The Volpe National Transportation Systems Center (Vol pe Center) has a requirement to provide five 1,000-lb NAVMOOR anchors or Equal. The contractor shall fabricate 1,000 lb. NAVMOOR anchors as shown on US Navy (NAVFAC) Drawing No. 6139063. Anchors shall be furnished with 32ostoppers. The following requirements add to or modify the requirements included in the drawing: First Article Test -- Before exterior surface preservation, the first article anchor shall be pull tested to 26,600 lb. The pull test shall be performed by restraining the anchor flukes at a distance of 12-5/16 inches from the fluke tips against the direction of pull while allowing rotation of the flukes and palm against the shank. The pull load is then applied to the connecting link (Piece 30) and held for ten minutes. After the load is released, the test anchor shal l be measured to detect any distortion and all accessible weld joints shall be inspected using the magnetic particle method in accordance with NAVSEA Tech. Pub. T9074-AS-GIB-010/271. A report of the test results shall be prepared and provided to the Government; Exposed surface preservation -All exposed surfaces shall be prepared in accordance with the SSPC SP-10 Near White Blast specification. All surfaces shall be cleaned to provide a surface free from mill scale, oil, grease, dirt, and rust. The cleaned and dried surfaces shall be primed with a primer conforming to DOD-PRF-24648, type I, class I, composition B (inorganic zinc). Aggregate dry film thickness shall be 3-4 mils. The second coat (topcoat) shall be applied in accordance with MIL-P-23236, gray epoxy. Aggregate dry film t hickness of the topcoat shall be 4-6 mils. Application of each coating shall be in accordance with the individual manufacturer s requirements. Schedule: The schedule of arrival for the five 1,000-lb anchors is as follows: 1st anchor 30 days ARO, Remaining 4 anchors 60 days ARO. All five 1,000lb anchors shall be delivered FOB to the following address: Commanding Officer, U.S. Coast Guard Yard, 2401 Hawkins Point Road, Baltimore, MD 21226-1797, Attn: Jim Schriefer, Building 58, Industrial Department. The provision at 52.212-1, Instruction to Offers -- Commercial, is hereby incorporated by reference. The provision at 52.212-2, Evaluation -- Commercial Items: The Government will award a purchase order resulting from this solicitation to the responsible offeror conforming to the solic itation that will be the best value to the Government, considering that all specifications are met and price. The specifications call for a NAVMOOR Anchor or equal, if bidding on an equal you must include with your proposal a detailed description of what is being offered. Offers will be received on an all or none basis. A single award will result from this solicitation. A Firm Fixed-Price purchase order is anticipated. Copies of the drawings listed above are available electronically only, if you need copies please contact Karen Marino at 617/494-2437 and they will be sent to you via e-mail. All Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, is incorporated by reference. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition; additional clauses cited in 52.212-5 that apply to this acquisition are: 1, 3, 6, 7, 8, 9, 11, 12, 13, 14, 22, 23. Offers will be received at U.S. Department of Transportation, Volpe Center, 55 Broadway, Kendall Square, Cambridge, MA 02142, ATTN: Karen Marino, DTS-852, 3:00 P.M. Local time July 19, 1999. Offers may be submitted via facsimile at 617/494-3649. For information on this solicitation you may contact Karen Marino at 617/494-2437. Posted 07/12/99 (D-SN353002). (0193)

Loren Data Corp. http://www.ld.com (SYN# 0248 19990714\20-0001.SOL)


20 - Ships and Marine Equipment Index Page