Federal Bid

Last Updated on 06 Jan 2006 at 5 AM
Solicitation
Kittery Maine

39--Bouyancy Tank Synthetic Hull Slings

Solicitation ID N0018906RPF02
Posted Date 22 Nov 2005 at 5 AM
Archive Date 06 Jan 2006 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Kittery Maine United states
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. Solicitation N00189-06-R-PF02 is issued as a Request for Proposal. Provide Buoyancy Tank Synthetic Hull Slings, Twin Pathâ Extra High Performance Endless Roundslings, OR EQUAL. 6 ea Model TPXC30000, or equal, Sling Length (bearing to bearing) 31 feet 4 inches, Additional Protective Sleeve Length 19 feet. 1 ea Model TPXC30000, or equal, Sling Length (bearing to bearing) 29 feet 11 inches, Additional Protective Sleeve Length 17 feet. 1 ea Model TPXC30000, or equal, Sling Length (bearing to bearing) 27 feet 10 inches, Additional Protective Sleeve Length 15 feet. 1 ea Model TPXC30000, or equal, Sling Length (bearing to bearing) 26 feet 6 inches, Additional Protective Sleeve Length 15 feet. 1 ea Model TPXC30000, or equal, Sling Length (bearing to bearing) 22 feet 4 inches, Additional Protective Sleeve Length 10 feet. SPECIFICATIONS: --All slings to be Twin Pathâ Extra High Performance Endless Roundslings, OR EQUAL, with a vertical working load limit of 300,000 lbs when used in the bail of a 200 metric ton Crosby G-2160 Wide Body Shackle (Crosby stock No. 1021316). --All slings must arrive with certificate of proof test to 200% of working load limit on a test pin not larger than the equivalent of the abovementioned G-2160 shackle bail. Proof test certificate shall list the test pin size used. --6 EA. 31’-4” slings to be matched length. --All slings to be made within a tolerance of +/- 1 inch of length specified. Length specified is bearing to bearing. --Additional Protective Sleeve to be made of same material as the outside jacket of the sling itself. Sleeve shall allow for easy removal and repositioning and shall provide ample room for both parts of the round sling. --Less than 1% stretch under design load. --Not more than 2” profile (depth) and 12” width under design load. --No creep/cold flow under load for 14 days. --Added protection of having two cores of load bearing fibers independently protected by separate protective jackets. --Maintains full breaking strength subsequent to fatigue testing to 150% of working load for 50,000 cycles of loading. --Maintains 99% strength when used in seawater and requires no special laundering other than rinsing with fresh water for care. --Lightweight – 7.5 lbs per foot. --Meets or exceeds requirements of ASME B30.9 If proposing other than Twin Path slings, descriptive literature shall be provided with the proposal and shall contain enough information to demonstrate that all specifications are met. Delivery to Portsmouth Naval Shipyard, Kittery, ME 03904. Required delivery 4 weeks after date of award. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-23. The NAICS code is 332618 and the small business size standard is 500. This is a Small Business Set-Aside. The provisions at 52.212-1, Instructions to Offerors – Commercial, apply to this acquisition. Offerors are requested to include a completed copy of the provisions at 52.212-3 and 252.212-7000, Offeror Representations and Certifications – Commercial Items, with proposals. The following clauses/provisions also apply to this acquisition: 52.212-4, 52.212-5 (including 52.203-6, 52.219-1, 52.219-4, 52.219-6, 52.219-8, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, and 52.232-33). (Note: Federal Acquisition Regulation (FAR) text is available at http://www.arnet.gov/far.) Proposals shall include the vendor’s cage code, DUNs number and TIN (taxpayer identification number). Proposals shall be on company letterhead in company ! format and may be faxed to (207) 438-1251 ATTN: Sherri Martin or e-mailed to [email protected]. An original signed copy must also be mailed to Portsmouth Naval Shipyard, Contracting Division, Bldg. 153, 6th Floor, Code 530.03, Portsmouth, NH 03801-2590. Proposals are due no later than December 7, 2005 at 3:30 PM Local time. Award shall be made to the lowest priced, responsive, responsible offeror whose proposal meets all technical specifications. The prospective awardee must be registered with Central Contractor Registration (CCR) prior to award. For more information on CCR, log on to www.ccr.gov.
Bid Protests Not Available

Similar Past Bids

Kittery Maine 01 Dec 2005 at 5 AM
Location Unknown 06 Jun 2022 at 4 AM
Location Unknown 29 Jan 2025 at 5 AM
Location Unknown 06 Jun 2022 at 4 AM
Location Unknown 19 Jul 2016 at 12 PM