Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOLICITATION NOTICE

34 -- REPAIR SPOT WELDERS

Notice Date
1/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-0140
 
Response Due
1/20/2006
 
Point of Contact
Ernestine Barnes, Contract Specialist, Phone 757-396-8277, Fax 757-396-8503, - Cindi Newcomb, Supervisory Contract Specialist, Phone 757-396-8352, Fax 757-396-8368,
 
E-Mail Address
barneses@nnsy.navy.mil, newcombcb@nnsy.navy.mil
 
Description
This is a combined synopsis/solicitation prepared in accordance with FAR 13 with the format in Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCMENT CONSITITUED THE ONLY SOLICITATION AND A SEPARATE WRITTEN SOLICITION WILL NOT BE ISSUED. Solicitation number N00181-06-Q-0140 is issued as a Request for Quotations and quotes are being requested. The NAICS classification is 811310. FISC, Norfolk Naval Shipyard intends to make an award for: Services to Repair/Maintenance for four (4)Spot Welders with specifications as follows: SPECIFICATIONS FOR FIELD RETROFIT OF SCIAKY VERTICAL PRESS TPE SPOT WELDER GOVT. ID.D. #181-041908 1. The Sciaky Spot Welder is Model PMCO, 4STK-200-36-5. Factory serial 9057, 460 volt, 200 KVA, 60 cycle, 3 phase. Throat dimension: 10” x 36”. 2. Contractor shall provide an install all required parts and supplies. Spot Welder is located on the first flor of Building 234 in the Sheet Metal Shop at Norfolk Naval Shipyard (NNSY). 3. Retrofit shall include but not be limited to the following new equipment: a. Interlock Model 302 controller with thermo isolator module and LVC circuitry. If controller other than Interlock Model 302 is used it must be approved by Jim Martin of Code 900P prior to award of contract. b. Three state foot switch c. Complete new pneumatic systems, diaphragm seals, and solenoid valves. d. 2,000 volt, 1,200 amp SCRs with snubber assemblies. e. Complete replacement of all electrical wiring throughout machine. f. Complete replacement of all hoses throughout machine. g. Miscellaneous parts as required to provide a complete working machine. 4. Machine shall be tied into the existing chiller unit. 5. Machine shall be phased as required. 6. Machine shall be successfully operational tested under actual field conditions. 7. Three copies of manufacturers and operational manuals shall be provided for all equipment installed. 8. All material, labor, transportation, per diem, and any and all other expenses are the responsibility of the contractor. Installation shall be “turn-key” and shall provide complete, operational units. All work performed at Norfolk Naval Shipyard by the contractor shall be performed by English speaking U.S. citizens during Norfolk Naval Shipyard’s normal working hours. 9. Warranty: All components, parts, repair/installation work, and labor shall be covered by warranty from defects in design, materials. And workmanship for a period of one (1) year from the date of acceptance by Norfolk Naval Shipyard. Warranty shall include parts, labor, travel, and per diem at no cost the Government. If warranty work is required, after being notified by Norfolk Naval Shipyard, the contractor shall respond back to Norfolk Naval Shipyard within 24 hours with a proposed method and time schedule for warranty repairs. All warranty work shall be completed by the contractor in a timely manner satisfactory to Norfolk Naval Shipyard. Warranty work performed at Norfolk Naval Shipyard by the contractor shall be performed by English speaking U.S. citizens during Norfolk Naval Shipyard’s normal working hours. SPECIFICATIONS FOR MAINTENANCE OF SCIAKY VERTICAL PRSS TYPE SPOT WELDER GOVT ID. #181-041909 1. The Sciaky Spot Welder is Model #PMCO.4STK-200-36-5. Factory serial #9058, 460 volt, 200 KVA, 60 cycle, 3 phase. Throat dimension: 10” x 36”. 2. Contractor shall re-torque all transformer bolts to manufacturer’s specifications. 3. Contractor shall replace any worn hoses, fittings, etc. to provide a complete working machine. 4. Contractor shall provide and install all required parts and supplies to provide a complete working machine. 5. All material, labor, transportation, per diem, and any and all other expenses are the responsibility of the contractor. Installation shall be “turn-key” and shall provide complete operational units. All work performed at Norfolk Naval Shipyard by the contractor shall be performed by English speaking U.S. citizens during Norfolk Naval Shipyard’s normal working hours. 6. Warranty: All components, parts, repair/installation work, and labor shall be covered by warranty from defects in design, materials, and workmanship for a period of one (1) year from the date of acceptance by Norfolk Naval Shipyard. Warranty shall include parts, labor, travel and per diem at no cost the Government. If warranty work is required, after being notified by Norfolk Naval Shipyard, the contractor shall respond back to Norfolk Naval Shipyard within 24 hours with a proposed method and time schedule for warranty repairs. All warranty work shall be completed by the contractor in a timely manner satisfactory to Norfolk Naval Shipyard. Warranty work performed at Norfolk Naval Shipyard by the contractor shall be performed by English speaking U.S. citizens during Norfolk Naval Shipyard’s normal working hours. SPECIFICATIONS FOR MAINTENANCE OF SCIAKY ROCKER ARM TYPE SPOT WELDER GOVT ID #181-044190 1. The Sciaky Spot Welder is Model PMCR.2STIC-100-36. Factory Serial 10339, 460 volt, 200 KVA, 50 cycle, 3 phase. Throat dimension: 10” x 36”. 2. Contractor shall re-torque all transformer bolts to manufacturer’s specifications. 3. Contractor shall replace any worn hoses, fittings, etc. to provide a complete working machine. 4. Contractor shall provide and install all required parts and supplies to provide a complete working machine. 5. All material, labor, transportation, per diem, and any and all other expenses are the responsibility of the contractor. Installation shall be “turn-key” and shall provide complete, operational units. All work performed at Norfolk Naval Shipyard by the contractor be performed by English speaking U.S. citizens during Norfolk Naval Shipyard’s normal working hours. 6. WARRANTY: All components, parts, repair/installation work, and labor shall be covered by warranty from defects in design, materials, and workmanship for a period of one (1) year from the date of acceptance by Norfolk Naval Shipyard. Warranty shall include parts, labor, labor, and per diem at no cost to the Government. If warranty work is required, after being notified by Norfolk Naval Shipyard, the contractor shall respond within 24 hours with a proposed method and time schedule for warranty repairs. All warranty work shall be completed by the contractor in a timely manner satisfactory to Norfolk Naval Shipyard. Warranty work performed at Norfolk Naval Shipyard by the contractor shall be performed by English speaking citizens during Norfolk Naval Shipyard’s normal working hours. SPECIFICATIONS FOR MAINTENANCE OF H&H ROCKER ARM SPOT WELDER GOVT ID #181-048441 1. The H&H Spot Welder is Rocker Type Model. Factory Serial #4838, 460 volt, 100 KVA, 60 cycle, 3 phase. Throat dimension: 10” x 36”. 2. Contractor shall re-torque all transformer bolts to manufacturer’s specifications. 3. Contractor shall replace any worn hoses, fittings, etc. to provide a complete working machine. 4. Contractor shall provide and install all required parts and supplies to provide a complete working machine. 5. All material, labor, transportation, per diem, and any and all other expenses are the responsibility of the contractor. Installation shall be “turn-key” and shall provide complete operational units. All work performed at Norfolk Naval Shipyard by the contractor shall be performed by English speaking U.S. citizens during Norfolk Naval Shipyard’s normal working hours. 6. WARRANTY: All components, parts, repair/installation work, and labor shall be covered by warranty from defects in design, materials, and workmanship for a period of one (1) year from the date of acceptance by Norfolk Naval Shipyard. Warranty shall include parts, labor, travel, and per diem at no cost to the Government. If warranty work is required, after being notified by Norfolk Naval Shipyard, the contractor shall respond back within 24 hours with a proposed method and time schedule for warranty repairs. All warranty work shall be completed by the contractor in a timely manner satisfactory to Norfolk Naval Shipyard. Warranty work performed at Norfolk Naval Shipyard by the contractor shall be performed by English speaking U.S. citizens during Norfolk Naval Shipyard’s normal working hours. Period of Performance to be determined.Delivery shall be FOB Destination, Norfolk Naval Shipyard, Receiving Officer, Bldg. 276, Portsmouth, VA 23709-5000, Inspection/Acceptance at Destination. FAR 52.212-1, 52.212-3, 52.212-4, 52.212-5 incorporating 52.222-21, 52.222-26. 52.222-35, 52.222-36, 52.222.37, 52.232-33 as applicable. ADDENDA: DFAR 252.212-7001 incorporating 252.225-7001, DFAR 242.204-7004 REQUIRED CENTRAL REGISTRATION. LACK OF REGISTRATION IN THE CCR DATABASE WILL MAKE AN OFFEROR INELIGIBLE FOR AWARD. Parties responding to this Request for Quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, formal form quote, etc.) but must include the following information: (1) Complete mailing address/remittance address; (2) prompt payment discount; (3) anticipated delivery; (4) Taxpayer ID number (TIN); (5) Cage Code(6) All completed certifications as required herein. All responses must be received by 2:00 PM local time, 20 Jan 2006. Questions/responses relative to this solicitation may be faxed to (757) 396-8503 or e-mailed to: tina.barnes@navy.mil. Phone requests are not authorized and will not be accepted.. Text of clauses may be found at the following websites: FAR www.arnet.gov/far; DFAR www.dtic.mil/dfar. Information relative to CCR may be obtained via 1-888-227-2423 or http://www.ccr.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-JAN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-FEB-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVSUP/N00189A/N00181-06-Q-0140/listing.html)
 
Place of Performance
Address: NORFOLK NAVAL SHIPYARD PORTSMOUTH, VA
Zip Code: 23709-5000
 
Record
SN00990264-F 20060218/060216215444 (fbodaily.com)
 
Source
FedBizOpps 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.