Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2005 FBO #1433
MODIFICATION

41 -- CHILL WATER UNIT RENTAL

Notice Date
10/27/2005
 
Notice Type
Modification
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration 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
N00181-06-Q-0014
 
Response Due
11/7/2005
 
Archive Date
11/22/2005
 
Point of Contact
Alfredia Rich-Murphy, Contract Specialist, Phone 757-396-8350, Fax 757-396-9895, - Cindi Newcomb, Supervisory Contract Specialist, Phone 757-396-8352, Fax 757-396-8368,
 
E-Mail Address
richmurphyap@nnsy.navy.mil, newcombcb@nnsy.navy.mil
 
Description
CONTRACTOR RESPONSIBILITY: 1. Equipment delivery and removal at no cost to the government. 2. Provide all parts requiring repair or replacement under circumstances of normal equipment wear and tear at no additional charge 3. The contractor shall dispatch a representative in response to a service request to repair and/or replace the chill water unit within six (6) hours of notification by NNSY at no additional charge 4. When the equipment is required to be removed to the contractor's facility for repair or replacement, the contractor shall be responsible for loss or damage from the time it leaves the government site until it is returned to the government. 5. Clean the Chill Water Unit prior to delivery to the following requirements: a. Chill Water Unit shall be cleaned to a degree of cleanliness that results in a surface free of grease, oil, flux, scale, dirt loose particles and any other matter foreign to the base metal. Adherent light superficial rust on steel surfaces, caused by short time exposure to the atmoshpere, is acceptable. b. For uncoated surfaces: Adherent corrosion products typical on surfaces of the type material being considered (e. g. flash rust on steel) are acceptable. Loose corrosion products are not acceptable and must be removed. GOVERNMENT RESPONSIBILITY: 1. Provide operators 2. Perform basic maintenance a. Monitor all gauges 3. Equipment movements within the shipyard 4. Lost items and equipment damage beyond normal wear and tear OPTIONS: 1. Provide options to allow NNSY to continue rental of chill water units in one month increments. The government reserves the right to extend the rental period for an additional three (3) months (90 days) in 30 day increments. Rental extensions may terminate the rental of one or more units based on use by NNSY. This charge will be prorated. ADDITIONAL NOTES: 1. New or used equipment may be provided. NNSY reserves the right to inspect the proposed equipment prior to contract award. 2. The Chill Water Unit will be exposed to everyday weather, and saltwater air. It is the contractor's responsibility to provide any protective coverings for the unit. 3. The government reserves the right to return one or all units 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 NNSY only. The government agrees to give the contractor twenty-four (24) hours notice for return of units prior to expiration of rental period. Requirements for Lifting of Equipment 1. The equipment shall be outfitted with suitable attachments for overhead lifting. 1.1. For multiple point lifts each lifting attachment shall be capable of supporting one half the gross weight of the equipment with a design factor of five to one based on ultimate strength. For single point lifts the lifting attachment shall be capable of supporting the gross weight of the equipment with a design factor of five to one based on ultimate strength. 1.2. For multiple point lifts each lifting attachment shall be designed to accept a standard anchor shackle (Federal Specification RR-C-271D, type IVA) which is capable of supporting one half the gross weight of the equipment. For single point lifts the lifting attachment shall be designed to accept a standard anchor shackle (Federal Specification RR-C-271D, type IVA) which is capable of supporting the gross weight of the equipment. 1.3. Design of the lifting attachments shall be such that the attachments and shackles are not side loaded more than 10? out of the plane. Lifting attachments shall be located such that the lifting slings do not contact the equipment, or alternatively a spreader beam certified to NAVFAC P-307 shall be provided. Whenever practical, the lifting attachments shall be located above the center of gravity, and such that the lifting slings do not contact the equipment housings. 1.4. Each lifting attachment shall be conspicuously marked in a contrasting color ?Lift Here?. Letters shall have a minimum height of 1?. 2. The equipment shall be marked in a prominent location with the gross weight. Sand hoppers, tubs, or other containers that may contain material shall be marked with the empty and full weight (or alternatively the empty weight and working load limit). Marking shall be upper case letters of a contrasting color, with a minimum height of 1?. Marking shall include the units (i.e. ?pounds?, ?long tons?, etc.). 3. The equipment shall be provided with a lifting sketch / rigging diagram that meets the requirements of enclosure (1). 3.1. The lifting sketch shall detail any specific requirements and / or configurations that must be meet prior to lifting (i.e. ?engage swing lock?, ?Tilt mast back fully?, ?Rotate lifting basket over side?, ?Utilize 10? minimum length slings?, ?Spreader beam required?, etc.). 3.2. The lifting sketch shall include the location of the center of gravity of the equipment (full fuel, hydraulic tanks, etc.), equipment model/manufacturer, and gross weight. 3.3. A copy of the lifting sketch shall be permanently posted on the equipment, and a copy shall be forwarded to the Contracting Officer. 4. If specialized handling gear other than shackles, standard slings, or chainfalls (i.e. spreader beams, special lift rigs, etc.) is required, the contractor shall furnish it. This handling gear shall be provided certified in accordance with NAVFAC P-307, with written documentation of proof testing. Rigging Sketch Requirements Rigging sketches, as a minimum, shall identify the following: 1. The weight of the load. 2. The location of the center of gravity. 3. The minimum crane capacity. 4. The minimum capacity / length of slings. 5. The minimum capacity of other standard rigging gear. 6. The attachment (lifting) points for the load. (a) The attachment points for multiple leg lifts shall be sized such that each attachment point can support half the load?s weight at the anticipated lift angle. (b) The attachment point for single leg lifts shall be sized such that the attachment point can support the entire load?s weight. 7. Limitations on allowable orientations for any parts making up the lifting assembly. 8. For single leg vertical lifts using twisted rope (wire or synthetic), two parallel ropes each capable of supporting the entire load alone shall be required unless a method is used to prevent unlaying the rope. 9. A minimum D/d ratio of one shall be required where wire rope slings pass over any object, or in the eyes of wire rope slings. A minimum D/d ratio of two shall be required where synthetic rope slings pass over any object, or in the eyes of synthetic rope slings. (a) "D" represents the diameter of the object the sling passes over. (b) "d" represents the diameter of the sling. (c) Table 14-3 of NAVFAC P-307 lists efficiency factors at various D/d ratios. 10. Components in each handling assembly shall be sized based on the worst case distribution of loads. (a) When making a two, three, or four point lift, the handling gear shall be sized so that two legs can support the load without exceeding the safe working load (SWL) at the lift angle expected, unless an equalizing method is used. 11. When non standard gear is required (i.e. round stock lifting bars) written instructions shall be provided that ensure: (a) The proper material is being used, (b) The item is certified IAW NAVFAC P-307, (c) Any special requirements or dimensions are followed to ensure that engineering assumptions are met (i.e. eccentricity of the bearing points).
 
Place of Performance
Address: FISC - NNSY MARITIME INDUSTRIAL BRANCH, HAMPTON ROADS DIVISION, CONTRACTING DEPARTMENT, BLDG 1500, 2ND FLOOR, PORTSMOUTH, VA
Zip Code: 23709-5000
Country: UNITED STATES
 
Record
SN00922532-W 20051029/051027212254 (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.