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
MODIFICATION

J -- HYDROSTATIC TESTING

Notice Date
10/27/2004
 
Notice Type
Modification
 
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
This is an amendment to the original solicitation to read as follows, on paragraphs with modifications only: 1. Description of Requirement: The requirement is for Hydrostatic Testing of three(3) York 363-ton capacity Air Conditioning Plants #5, #6, and #7 (condenser, evaporator, receiver, suction and discharge elbows) using Trichloromonofluoromethane (CFC-11) refrigerant as the test medium to 105 PSIG for 15 minutes. A. The hydrostatic test shall be performed 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. At the completion of the test, 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 and install/remove all text blanks, test connection fittings, and any required equipment. PSNS will only provide water and electricity (3 Phase, 440 VAC). D. The condenser, evaporator, and receiver of each plant shall be hydrostatically tested to 105 Psig for fifteen (15) minutes. F. At the time of award, the contractor must have the capability to clean or flush identified plant(s) in accordance with NAVSEA approved methods as outlined in Naval Ship?s Technical Manual (NSTM), Chapter 516. The Government will identify any plant(s) that need(s) cleaning or flushing. The Government will issue a separate contract 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 not including the R-11. 4. Government Requirements at time of award: a. The contractor is required to provide a certified copy of approved 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-235fa utilizing CFC-11 as the Hydrostatic Test Fluid or an alternate procedure approved by the NAVSEA 05M42 or NSWCCD Philadelphia, Code 9213. All other terms and conditions of the original solicitation remain unchanged. Responses are due by 26 November at 4:00 PM PST. Please send all responses electronically to Carmelita C. Klimaszewski at carmelita.klimaszewski@navy.mil. Responses received after 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
SN00699954-W 20041029/041027212145 (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.