Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2004 FBO #0885
SOLICITATION NOTICE

W -- Rental of Gas Distribution System: 95% Argon and 5% CO2

Notice Date
4/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
424690 — Other Chemical and Allied Products Merchant Wholesalers
 
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-0439
 
Response Due
5/6/2004
 
Archive Date
5/21/2004
 
Point of Contact
Karen England, Contract Specialist, Phone 757-396-8372, Fax 757-396-8503,
 
E-Mail Address
englandkl@nnsy.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial item(s) prepared in accordance with FAR Part 12.6 as supplemented additional information included in this notice. The subject procurement shall be awarded utilizing Simplified Acquisition Procedures as set-forth in FAR 13.5 "Test Program for Certain Commercial Items" and is being solicited on an unrestricted basis. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION - PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation N00181-04-Q-0439 is applicable and is issued as a request for quotation (RFQ). **** FISC Norfolk Naval Shipyard Annex intends to award a contract for a two (2) year Base period of performance with an option for an additional two (2) year rental period for the following: Gas Distribution System capable of blending a 95% Argon (99.998% purity) and 5% Carbon Dioxide (99% purity) mix at 2000 CHF @ 50 PSIG. The unit shall be a dual feed Argon delivery system proficient in supplying Argon gas to the blending system as well as pure Argon for tig welding. Contractor shall provide bulk storage tanks for the gas: Argon 1500 liter (min) cryogenic container; CO2 275 liter/600 lb (min) liquid storage capacity The system shall be supplied with all the necessary interconnecting lines. Tanks must be able to be refilled in placed without interruption to welding operations in progress. Estimated gas usage: Argon 150,000 cf/month; CO2 1,000 lb/mo. Refill schedule: Argon (Bi-monthly); CO2 (monthly). Contractor shall respond within 24 hrs to requests for emergency re-fills. The available lay-down area (adjacent to Dry Dock #4) for the system is 160sf with a 15ft (max) height restriction. System shall meet all applicable ASME industry standards. System must be positioned in a manner so as to allow movement by forklift in the event of an emergency. Contractor shall be responsible for all manufacturer warranty maintenance to the system and ensuring that the equipment is kept in proper working condition. Offer shall specify the following pricing tier (separately) for both the Base and Option periods: Argon/CF; CO2/lb; Monthly system rental charges; Installation/Removal charges; Hourly rate for non-warranty repair/maintenance work (portal-to-portal) **** IMPORTANT: 1. ANY NOTED AMBIGUITIES IN ORDERING DATA AND OR SPECIFICATIONS, OR REQUESTS FOR CLARIFICATION OF SAME, SHALL BE PRESENTED TO THE CONTRACTING OFFICER, IN WRITING, PRIOR TO THE TIME AND DATE ESTABLISHED FOR RECEIPT OF OFFERS. 2. CONTRACTOR'S PRICING SHALL BE BASED UPON A 30 DAY CALENDAR MONTH. **** EQUIPMENT CONDITION/MAINTENANCE: 1. NEW OR USED EQUIPMENT MAY BE PROVIDED AS LONG AS THE UNIT IS 100% FULLY OPERATIONAL IN ACCORDANCE WITH OEM SPECIFICATIONS. THE GOVERNMENT RESERVES THE RIGHT TO INSPECT THE PROPOSED EQUIPMENT PRIOR TO 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. CONTRACTOR SHALL PROVIDE ALL PARTS REQUIRING REPAIR/REPLACEMENT UNDER CIRCUMSTANCES OF NORMAL WEAR AND TEAR AT NO ADDITIONAL COST TO THE GOVERNMENT. **** 4. 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 SHALL INCLUDE DELIVERY/PICK-UP, SET-UP, START-UP TRAINING AND MAINTENANCE AS REQUIRED TO KEEP EQUIPMENT IN PROPER OPERATING CONDITION. **** 2. CONTRACTOR SHALL DISPATCH SERVICE TECHNICIAN(S) IN RESPONSE TO A TROUBLE-CALL TO REPAIR AND/OR REPLACE EQUIPMENT WITHIN TWENTY-FOUR (24) HOURS OF NOTIFICATION BY AUTHORIZED GOVERNMENT PERSONNEL. **** 3. CONTRACTOR SHALL PROVIDE UNLIMITED TECHNICAL SUPPORT VIA TELEPHONE FOR THE DURATION OF THE RENTAL PERIOD. **** ADDITIONAL NOTES: **** 1. IMPORTANT: CONTRACTORS SHALL PROVIDE SPEC SHEETS/LITERATURE OF EQUIPMENT OFFERED WITH RESPONSE TO THIS SOLICITATION. FAILURE TO PROVIDE ADEQUATE EVALUATION CRITERIA MAY MAKE A CONTRACTOR INELIGIBLE FOR AWARD. **** 2. ALL CONTRACTOR EQUIPMENT UNDER RENTAL BY NORFOLK NAVAL SHIPYARD SHALL BE PROMINENTLY MARKED: “UNDER RENTAL BY NNSY, CONTRACT #_______ **** 3. EQUIPMENT SHALL BE DELIVERED TO NNSY. THE EXACT LOCATION AND TECHNICAL POINT(S) OF CONTACT SHALL BE PROVIDED IN THE CONTRACT. **** 4. ANY QUESTIONS REGARDING THIS SOLICITATION SHALL BE SUBMITTED, IN WRITING, TO NNSY, KAREN ENGLAND, C532.1G, BLDG 1500, 2ND FLOOR, PORTSMOUTH, VA 23709-5000. **** THE GOVERNMENT RESERVES THE RIGHT TO RETURN EQUIPMENT TO THE CONTRACTOR PRIOR TO THE EXPIRATION OF THE ESTABLISHED RENTAL PERIOD. RENTAL RATES SHALL BE PRO-RATED AS APPLICABLE. **** This solicitation document and incorporated provision/clauses are those in effect through Federal Acquisition Circular 01-22 and the latest Defense Federal Acquisition Supplement. The following apply: FAR 52.212-1, 52.212-2 (eval factors are technical, delivery, price and past performance - to be evaluated per the Navy's Red-Yellow-Green system), 52.212-3, 52.212-4, 52.212-5 (incorporating 52.203-6,52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.225-15, 52.225-16, 52.232-33), 52.217-5, 52.217-9 (written notice to the Contractor within 30 days) , DFAR 252.212-7001, 252.204-7004 Required Central Registration applies. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Info can be obtained through the internet at http://ccr.gov or by phone @ 1-888-227-2422. The applicable NAIC code is 424690 with a Small Business Size Standard of 500 employees. Parties responding to this solicitation may submit their quotation in accordance with their standard commercial practice (e.g. company letterhead, formal quote form etc) but MUST include the following information: 1) Complete company name, mailing and remittance address(es); 2) Prompt payment terms; 3) Delivery schedule; 4) Taxpayer ID number; 5) All completed certifications as required herein - specifically those found in FAR 52.212-2. All deliveries shall be FOB destination NNSY, Portsmouth, VA 23709-5000. Delivery is required as soon as it may be accomplished after receipt of award. Inspection/Acceptance at destination. Quotations must be received by this office NLT 12:00 PM, 06 May 2004. Responses to this RFQ shall be addressed to Karen England, Code 532.1G, Bldg 1500, Portsmouth, VA 23709-5000, faxed to (757) 396-8503 or e-mailed to englandkl@nnsy.navy.mil. ALL QUESTIONS RELATING TO THIS REQUIREMENT MUST BE SUBMITTED IN WRITING PRIOR TO THE DATE AND TIME ESTABLISHED FOR RECEIPT OF QUOTATIONS. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. ALL PROSPECTIVE SOURCES ARE RESPONSIBLE FOR MONITORING THIS SITE FOR RELEASE OF AMENDMENTS OR OTHER PERTINENT INFORMATION PERTAINING TO THIS REQUEST FOR QUOTATION. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (27-APR-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N00189A/N00181-04-Q-0439/listing.html)
 
Place of Performance
Address: Portsmouth, VA
Zip Code: 23709-5000
 
Record
SN00573925-F 20040429/040427213029 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.