Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2004 FBO #1068
SOLICITATION NOTICE

J -- HYDROSTATIC TESTING

Notice Date
10/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC PUGET SOUND, 467 W STREET, BREMERTON, WA, 98314-5000
 
ZIP Code
98314-5000
 
Solicitation Number
N00406-05-T-0171
 
Response Due
11/26/2004
 
Archive Date
12/11/2004
 
Small Business Set-Aside
Total Small Business
 
Description
The Fleet Industrial and Supply Center, Puget Sound Naval Shipyard, Bremerton, Washington, intends to solicit and award a Firm-Fixed Price service contract for Hydrostatic testing of three(3) York 363-ton capacity Air Conditioning Plants. This is a synopsis for commercial items prepared in accordance with the format in FAR Part 5, 12, and 13, supplemented with additional information included in this notice. The announcement number is N00406-05-T-0171. The North American Industry Classification System (NAICS) code for this acquisition is 811219 with a small business standard size of $6 million dollars. Please identify your business size in your response based upon this standard. This is a 100% Small Business Set aside effort, in accordance with FAR 6.203. 1. Description of Requirement: The requirement is for a Hydrostatic Testing of three(3) York 363-ton capacity Air Conditioning Plants #5, #6, and #7 (condenser, evaporator, receiver, suction and discharge elbows) using Dichlorotetrafluoroethane CFC-11 refrigerant as the test medium at 105 PSIG. (A) The hydrostatic test shall be performed in accordance with the NAVSEA 502-7331595 Rev A, Hydrostatic Test Procedures for Conversion of CFC-114 A/C Units to HFC-236fa utilizing CFC-11 as the Hydrostatic Test Fluid or an alternate procedure approved by the NAVSEA 05M42 or NSWCCD Philadelphia, Code 9213. At the time of award, the contractor must provide a certified copy of completed procedure to Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS) Point of Contact. (B) The contractor must provide transportation of equipment and material to and from the job site. Test equipment will be located pier-side. The contractor must submit size requirements for lay-down/equipment set-up area and required plant conditions. The contractor must specify location and configuration of test entry points on each plant. The contractor must provide and install/remove all blanks, test connection fittings, and any required equipment. The contractor must also provide requirements for temporary auxiliary support services. PSNS will only provide water and electricity. (C) The contractor must supply CFC-11 to hydrostatically test all condensers, evaporators, and receivers. The approximate quantities required: for one Chiller = 12,775 pound and one Receiver = 1,855 Pounds. The CFC-11 used in the hydrostatic tests shall have the cleanliness conforming to ARI 700-95 standards prior to introduction into any shipboard plant component (D) The condenser, evaporator, and receiver of each plant shall be hydrostatically tested to 105 Psig. (E) The contractor must comply with all EPA/OHS/PSNS requirements for safety and handling of refrigerants. (F) At the time of award, the contractor must have the capability to clean or flush identified plant(s) in accordance with commercial industry-approved methods. The Government will identify the plant(s) that need(s) cleaning or flushing. The Government will issue a separate tasking for cleaning or flushing of plants, once requirement is identified. (G) Any hazardous waste generated shall be handled in accordance with PSNS processes and must be turned over to the shipyard for disposal. 2. Place of Performance: On-board ship at Puget Sound Naval Shipyard, Bremerton, WA 98314. 3. Period of Performance: Approximately from first week of March 2005 intermittently through second week of April 2005. The plants will be tested individually. Time in plant is limited by safety concerns. The process testing which includes setup, hydrostatic test, liquid and vapor recovery, and breakdown must be completed in 36 hours or less from start time for each plant. High-risk evolutions of refrigerant in the space shall be limited to 8 hours maximum. The refrigerant concentration in the components shall be 100 ppm or less by the end of the 36 hours period. NOTE: The three plants to be serviced (Plants # 5, #6, and #7) are located onboard ship in three widely different locations at PSNS. Security clearance is required to enter any of the locations. 4. Government Requirements at time of award: a. Security Requirements: The interested contractor(Company) must be a cleared facility and holding a Government security clearance. The Contractor representative(s) is required to have a final Confidential security clearance. b. The contractor is required to provide a certified copy of completed procedure of hydrostatic testing in accordance with NAVSEA 502-7331595 Rev A, Hydrostatic Test Procedures for Conversion of CFC-114 A/C units to HFC-236fa utilizing CFC-11 as the Hydrostatic Test Fluid or an alternate procedure approved by the NAVSEA 05M42 or NSWCCD Philadelphia, Code 9213. c. Contractor vehicle to transport equipment and material to and from job site. All responsible sources that meet the criteria above may submit a bid, proposal, or quotation which shall be considered by FISCPS. This RFQ and any subsequent amendments will be posted to the NECO website: http://www.neco.navy.mil . Prospective offerors are responsible for downloading their own copy of the solicitation from this website and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offeror to access the posted documents. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or FAXed. Electronic submission of quotes is available through the NECO website. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. Responses are due by 26 November 2004 at 4:00 P.M. PST. Please send all responses electronically to Carmelita C. Klimaszewski at carmelita.klimaszewski@navy.mil . Responses received beyond that date may not be considered. Responses to the RFQ should include the company name, street address, city, state, country, zip code, or postal code, Point of Contact (POC), POC telephone, and e-mail address.
 
Place of Performance
Address: Puget Sound Naval Shipyard and IMF (onboard ship), 1400 Farragut Avenue, Bremerton, WA
Zip Code: 98314
Country: USA
 
Record
SN00699953-W 20041029/041027212144 (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.