Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2004 FBO #0830
SOLICITATION NOTICE

49 -- RENTAL OF BLAST EQUIPMENT

Notice Date
3/3/2004
 
Notice Type
Solicitation Notice
 
NAICS
333111 — Farm Machinery and Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
 
ZIP Code
23709-5000
 
Solicitation Number
N00181-04-Q-0331
 
Response Due
3/5/2004
 
Archive Date
3/8/2004
 
Point of Contact
Nancy Hayden, Contract Specialist, Phone 757-396-8346, Fax 757-396-8503,
 
E-Mail Address
haydennm@nnsy.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 13.5 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; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation number N00181-04-Q-0331 is issued as a request for quotation (RFQ). This requirement is 100% set-aside for Small Business Concerns. The applicable NAICS Code is 333411 with a size standard of 500 employees. Fleet and Industrial Supply Center, Norfolk Naval Shipyard Annex anticipates award of a firm fixed-price contract for RENTAL of the following equipment for a period of 5 months to be delivered FOB DESTINATION to Norfolk Naval Shipyard, Portsmouth, VA 23709-5000: CLIN 0001 - 6 each - Vacuum Loaders, 3600 -3700 CFM, Positive displacement blower 28" HG Pressure, Diesel Powered, Pulse Air Cleaned with pleated cartridge, Skid mounted, Equal to VEC Loader Model 721. Set up will include delivery and start-up from the work site. Equipment startup and required repair technical assistance on units. Vacuum loader specification: (A) 3600 CFM minimum, 3700 CFM maximum, (B) positive displacement blower, (C) 28 inch HG pressure, (D) diesel powered, (G) pulse air cleaned with pleated cartridge; (H) skid mounted; CLIN 0002 - 4 each - 28 Ton Blast Pot with 150 PSI Stainless steel control boxes, Stainless Steel piping, with fork pockets and four (4) lifting padeyes for lifting 10,500 LBS, provide all related fittings for start up excluding blast hoses, whip hoses, control lines and dead man controllers; CLIN 0003 - 4 each - 32 Ton Storage Hoppers with blow pipes and safety ladders. Includes delivery and set up and equipment start up with required fittings; CLIN 0004 - 8 Each - 20 Ton Vacuum Bottles with air actuated dump doors. Includes delivery and set up and equipment start up with required fittings and required maintenance service. The Required Delivery is 5 days after contract award; partial deliveries will be acceptable. It is anticipated that award will be made NLT 3/8/04. APPLICABLE TO ALL ITEMS: The Government reserves the right to return equipment at any time prior to the expiration of the rental period. The contractor agrees to prorate costs for the time the units are in use by Norfolk Naval Shipyard. The government agrees to give the contractor twenty-four (24) hours notice for return of unit prior to expiration of rental period. Offerors shall provide monthly rental rates as well as weekly rates and daily rates per unit. The weekly and daily rates will be used to prorate for early return. The rental period begins on the date when the equipment arrives on-site and ends upon official twenty-four (24) hour notification from the government representative. NOTE: UNITS MUST HAVE A LABEL PLATE AND/OR STENCILLED WITH THE UNIT WEIGHT AND ANY SPECIAL HANDLING PROCEDURE FOR LIFTING. EQUIPMENT CONDITION/MAINTENANCE: 1) New or used equipment may be provided. Pressure vessels shall not have in excess of 2,500 operating hours at the beginning of the rental period. The government reserves the right to inspect the proposed equipment prior to the contract award. 2) the rental equipment will be used for industrial applications and will be located in an area where grit exposure will be minimized, but not completely eliminated. The units will be exposed to everyday weather, grit, paint and saltwater air. It is the contractor's responsibility to provide any protective coverings for the equipment. 3) All equipment shall be skid-mounted with side fork lift pockets, overhead lifting eyes, with maximum weight prominently marked on unit. Trailer mounted may be substituted at government's option. 4) Contractor shall provide all parts requiring repair/replacement under circumstances of normal wear and tear at no additional cost to the government. 5) In the event it is necessary to remove any equipment from the shipyard to the contractor's facility for repair and/or replacement, the contractor shall be solely responsible for loss or damage of said equipment from the time the equipment is taken into possession by the contractor until such time as it is returned to the government work site. The repaired/replaced equipment shall be equal in all specifications to that equipment set forth in the contract and shall be returned to the government within 24 hours. VENDOR SERVICE: 1) Rental includes delivery/pick-up, start-up training and weekly maintenance checks. 2) Contractor shall provide equipment start-up. In the event the government chooses to perform this function, a release waiver must be signed and any costs incurred for repair, adjustment or calibration as a result will be charged to government. 3) The contractor shall dispatch a representative in response to a service request to repair and/or replace the equipment within six (6) hours of notification by authorized NNSY personnel at no additional charge. 4) The contractor shall provide service technicians to provide on-site installation/startup assistance, operator training, and technical support for the rental equipment. 5) The contractor shall provide unlimited technical support via phone for the duration of the rental period. 6) The contractor shall provide at least two (2) hours of operator training on use and operation of the equipment. GOVERNMENT RESPONSIBILITY: 1) Crane or forklift for loading/unloading of equipment shall be the responsibility of the government unless specified otherwise. 2) Fuel, power supply and electrical connections shall be supplied by the government unless specified otherwise. If a generator is required, the government is responsible for changing oil and fuel filters in generator every 250 hours of operation. 3) the government shall provide operators, perform basic maintenance (maintain oil/fuel fluid levels, monitor gauges, periodic lubrication of linkages), be responsible for lost items and equipment damage beyond normal wear and tear. 4) The government shall be responsible for equipment movement within the shipyard if required. 5) The government agrees to return the equipment to the contractor in as good condition as was received by the contractor, normal wear and tear excepted. The government shall be responsible for any lost items and equipment damage beyond normal wear and tear, caused by the negligence or carelessness of the government or its employees. ADDITIONAL NOTES: 1) Rental equipment delivered to Norfolk Naval Shipyard shall be prominently marked: UNDER RENTAL BY NNSY and shall include the contract number. 2) THE EQUIPMENT SHALL MEET CERTAIN LIFTING REQUIREMENTS SET FORTH IN NNSY MEMO 256-01-02 DATED 17 JANUARY 2002 UNLESS OTHERWISE AUTHORIZED BY THE CONTRACTING OFFICER. This document is available upon request via either phone at (757) 396-8346 or e-mail haydennm@nnsy.navy.mil. 3) The contractor shall provide to NNSY POC a copy of the delivery and pick-up tickets, inclusive of NNSY representative sign-off. Make, model and serial number(s) shall be clearly identified. The following provisions/clauses are applicable: FAR 52.212-1, 52.212-2 (Evaluation-Commercial Items : Offers will be evaluated for delivery, technical acceptability, past performance and cost (technical and past performance when combined are equal when compared with price), in addition to the aforementioned factors delivery will be a primary factor , 52.212-3, 52.212-4, 52.212-5 (1), (5), (7), (14), (15), (16), 17), (18), (19) and (29) apply. DFARS 252.212-7001 and DFARS 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION (CCR) applies to this acquisition. Lack of registration in the CCR database will make an offeror INELIGIBLE FOR AWARD. Info may be obtained electronically at http://ccr.gov . Offeror shall include a completed copy of the provision at 52.212-3, Offer Representation and Certification-Commercial Items. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, formal quote form, etc) but must include the following: 1) complete mailing /remittance address; 2) prompt payment discount; 3) anticipated delivery; 4) Taxpayer Identification Number; 5) All completed certifications as required herein. LOCAL NNSY PROVISONS/CLAUSES: F001 - Contractor Vehicle Requirements - Controlled Industrial Area (CIA) access of contractor vehicles requires that the company name be displayed on both sides of all company vehicles including privately owned vehicles being utilized in performance of a contract. Cardboard or paper signs taped to a vehicle or placed in the window will not be acceptable. Temporary vehicle passes will be issued and must be displayed on the left front dash at all times. Failure to comply will result in the contractor being denied access to Norfolk Naval Shipyard CIA. H15 - Pursuant to FAR 52.232-25 - In lieu of the 7th working day constructive acceptance, constructive acceptance will be deemed to have occurred on the 30th calendar day. H25 - Contractors are responsible for all personal protective equipment required by their employees in the performance of this requirement. H26 - FAR 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION - 1. Comprehensive General Liability: $500,000 per occurrence for bodily injury. 2.Automobile Insurance: $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage; 3. Standard Workmen's Compensation and Employer's Liability Insurance (or, where maritime employment is involved, Longshoremen's and Harbor Worker's Compensation Insurance) in the minimum amount of $100,000. H27 - CONTRACTORS ARE INFORMED THAT THEIR EMPLOYEES PRESENT ON PROPERTY UNDER NORFOLK NAVAL SHIPAYRD COGNIZANCE MAY BE EXPOSED TO HAZARDOUS CHEMICALS AS A RESULT OF SHIPYARD OPERATIONS. INFORMATION THE MATERIALS MAY BE OBTAINED FROM THE SHIPYARD SAFETY AND HEALTH OFFICE, CODE 106.2, PHONE NUMBER (757) 396-7912. H53 - Contractor's representatives must be United States citizens. Representatives are to provide the NNSY Security Office evidence of U.S. citizenship at the point in time of the request for access. The original or certified copy of one of the following documents provides proof of U.S. citizenship: (1) Birth certificate, (2) Verification of Birth, DD Form 372, (3) Hospital birth certificate with an authenticating seal. (4) For those per4sons born abroad to a U.S. citizen parent: (a) Certificate of Citizenship issued by the Immigration and Naturalization Service. (b) Reprot of Birth Abroad of a citizen of the United States of America (Form FS-240. (c) Certificate of Birth (Form FS-545 or DS-1350) issued by a U.S. Consulate or the Department of State. (5) Certificate of Citizenship for individuals who claim to have derived U.S. citizenship through the naturalization of the parent(s). (6) Certification of Naturalization (original only). All quotations must be received by 3:00 P.M. local time, 5 March 2004. Questions/responses to this solicitation should be sent via fax to (757) 396-8503 or e-mail to haydennm@nnsy.navy.mil . IMPORTANT INTERNET ADDRESSES: 1) Federal Acquisition Regulations (FAR) http://www.arnet.gov/far; Defense Federal Acquisition Regulations Supplement (DFARS) http://www.dtic.mil/dfars . Numbered Note 1 applies.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N00189A/N00181-04-Q-0331/listing.html)
 
Place of Performance
Address: NORFOLK NAVAL SHIPYARD PORTSMOUTH, VA
Zip Code: 23709-5000
 
Record
SN00535825-F 20040305/040303230259 (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.