Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2002 FBO #0284
SOLICITATION NOTICE

34 -- Furnace - Combined Synopsis/Solicitation

Notice Date
9/10/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00253 610 Dowell Street Keyport, WA
 
ZIP Code
00000
 
Solicitation Number
N0025302Q0253
 
Point of Contact
Monique Klose 360-315-2215 Naval Undersea Warfare Center Division Keyport, Attn: Supply Department, Code 182, Building 945, 610 Dowell Street, Keyport, WA 98345-7610
 
E-Mail Address
Email your questions to Monique Klose, Contract Specialist
(klosem@kpt.nuwc.navy.mil)
 
Description
This requirement in support of the Naval Undersea Warfare Center Division Keyport, 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 are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is N00253-02-Q-0253. The solicitation document incorporates the provisions and clauses in effect through Federal Acquisition Circular 2001-09. The applicable NAICS Code for this requirement is 333994 and a size standard of 500. The contract line items are: CLIN 0001: Electric box furnace with a removable allow low dew point muffle. Quantity 1 Group. CLIN 0002: On-site training for employees, Quantity 1 Group. CLIN 0003: Travel and Per Diem for On-site training. Following are the minimum specification requirements for the furnace: 1. Retort style furnace. Internal box inside furnace. (Retort to be made of 601 alloy, or equivalent for longer life). 2. Inside dimensions (usable space): Minimum of 30 inches height by 30 inches wide by 70 inches deep. (Retort dimensions). 3. Uniform working dimensions: Minimum of 28 inches height by 28 inches wide by 56 inches deep. 4. Minimum temperature range up to 2,000 degrees Fahrenheit (Tolerance plus/minus 50 degrees Fahrenheit). 5. Case temperature with shielding if necessary 150 degrees Fahrenheit maximum. 6. Honeywell UMC800, with 20 points of recording minimum, Universal Multiloop Controller, or equivalent. 7. Protective atmosphere Furnace (Argon) with hydrogen capabilities. 8. Ventilation system with motor for quick coo ling of Furnace. 1200 CFM or greater. 9. H2 Hydrogen Flow Panel with all safeties as required by NFPA 86C. 10. Digital Ammeter/Voltmeter with Selector Switch for each phase. 11. NOVA Model 340 Oxygen/Hydrogen Analyzer, or equivalent. 12. If internal cooling system utilized, must be close looped system. 13. On-Site Operator and Maintenance Personnel Training: The services of a qualified representative(s) shall be provided at start-up. Training shall be at an adequate technical level, and for a sufficient period of time (minimum 8 hours), to instruct applicable personnel operation, and maintenance of the furnace. Exact training dates shall be coordinated by mutual agreement between the contractor and the receiving activity. Training services shall be rendered at Naval Undersea Warfare Center Division Keyport, Keyport, Wa 98345 during the hours of 0730 to 1600 loca l time, Monday through Friday, excluding Federal holidays. The labor cost of providing the training shall be included in the price for line item 0002 of the contract. The travel expenses associated with providing training (including travel, per diem, etc.) shall be included in line item 0003. 14. Technical Data to be Provided: Operator / Maintenance Manuals: The equipment shall be furnished with two (2) copies of the manufacturer?s standard Operation and Maintenance Manual(s) for the specific model of equipment supplied. All information contained in the manual(s) shall reflect the unit and its components in the ?as built? configuration. Manuals to include: a. All instructions and illustrations necessary for proper operation of the equipment. b. Instructions, diagrams, and electrical/electronic schematics required to troubleshoot and repair the unit in the event of ma lfunction or breakdown. c. Complete parts list(s) cross-indexed to indicate part application by circuit symbol. 15. On-site survey. 16. Approval drawings to be provided for review and approval. Drawings should show general dimension, general arrangement and electrical drawings. The Government review and approval timeframe will be two weeks from the date the drawings are received by the Government. The drawings are required to be delivered within 15 days from date of contract award. Delivery of CLIN 0001 to be within 140 days after date of contract award, FOB Destination - Naval Undersea Warfare Center Division Keyport, Keyport, WA 98345-7610 with Inspection and Acceptance at Destination. The following provisions apply to this solicitation, 52.212-1 Instructions to Offerors. The contract resulting from this solicitation will be awarded based on the following evaluat ion factors: (1) Technical: Offers must meet or exceed the specifications in the solicitation and any subsequent amendments. (2) Price: For offers which meet all other evaluation factors, award will be made to the low offeror based on price and the following price evaluation factors: Single Award for All Items. Due to the interrelationship of supplies and/or services to be provided hereunder, the Government reserves the right to make a single award to the offeror whose offer is considered in the best interest of the Government, price and other factors considered. Therefore, offerors proposing less than the entire effort specified herein may be determined to be unacceptable. (3) Delivery: Offerors must meet the required delivery date. (4) Responsibility: Offerors must meet the standard for FAR 9.104. Offerors are advised to include a completed copy of the provision at 52.212-3 Offeror Representation and Certification-Commercial Items, with their quote. Following are additional FAR and DFAR Clauses applicable to this acquisition: Clause 52.212-4 Contract Terms and Conditions?Commercial Items, Clause 52.204-4 Printed/Copies Double-Sided on Recycled Paper, 52.219-6 Notice of Total Small Business Set-Aside. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items applies to this acquisition. The following FAR clauses cited in this clause are applicable to this acquisition: 52.203-6 A1 Restrictions on Subcontractor Sales to the Government, 52.219-8 Utilization of Small Business Concerns, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-19 Child Labor-Cooperation w/Authorities & Remedies, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-33 Payment by EFT?CCR. DFAR Clause 252.212-7001 Contract Terms and Conditions required to Implement Statues or Executive Order Applicable to Defense Acquisition of Commercial Items applies to this acquisition. The following DFAR clauses cited in this clauses are applicable to this acquisition: 52.203-3 Gratuities, 252.225-7012 Preference for Certain Domestic Commodities, 252.227-7015 Technical Data-Commercial Items, 252.227-7037 Validation of Restrictive Markings on Technical Data, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea and 242.247-7024 Notification of Transportation of Supplies by Sea. The following DF AR clause is incorporated by reference 252.225-7017 Prohibition on award to companies owned by the People?s Republic of China. Quotes/Offers are due no later than Friday, 20 Sep 02, 1600 hours Pacific Time. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-A6. Commercial Simplified Acquisition Procedures shall be used for this procurement. Firms interested in submitting quotes must (1) complete the pricing for all CLINs providing unit prices and extended pricing, (2) complete all representations and certifications found in the required clauses, ensure current registration in the DoD Central Contractor Registration database (http://www.ccr.2000.com/). (3) Offerors are requested to provide Descriptive Literature with their quote. (a) ?Descriptive literature?, as used in this provision, means information furnished b y an offeror, such as cuts, illustrations, drawings, and brochures, that shows a product's characteristics or construction or explains its operation. The term includes only that information required to evaluate the acceptability of the product and excludes other information for operating or maintaining the product. (b) Descriptive literature is required to establish, for the purpose of evaluation and award, details of the product offered that are specified elsewhere in the solicitation and pertain to significant elements, such as: (1) Design, (2) Materials, (3) Components, (4) Performance characteristics, and (5) Methods of manufacture, assembly, construction or operation. (c) Descriptive literature, shall be: (1) Identified to show the item(s) of the offer to which it applies, and (2) Received by the time specified in this solicitation. (d) If the offeror fails to sub mit descriptive literature on time, the Government may reject the offer, except that late descriptive literature sent by mail may be considered under the Submission, Modification, Revision and Withdrawal of Proposals provision in accordance with FAR 52.212-1 paragraph (f). (e) If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government may reject the offer. Any questions should be submitted in writing via the fax number provided above or e-mailed to klosem@kpt.nuwc.navy.mil. To access the provision 52.212-3, download the Federal Acquisition Regulations at http://www.arnet.gov/far/. No bidders list will be maintained by this office. No paper copies of this RFQ / amendments will be mailed. Failure to respond to this RFQ and associated amendments prior to the date and time set for receipt of quotes ma y render your offer nonresponsive and result in rejection of the same.
 
Web Link
NUWC Division Keyport, Acquisition
(http://kpt-eco.kpt.nuwc.navy.mil/)
 
Record
SN00162705-W 20020912/020910213905 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.