Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
SOLICITATION NOTICE

43 -- RENTAL OF DIESEL AIR COMPRESSORS

Notice Date
4/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
332911 — Industrial Valve 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-0210
 
Response Due
4/14/2006
 
Archive Date
4/29/2006
 
Description
This is a combined synopsis/solicitation for the supply of commercial items prepared in accordance with FAR 13.5 with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation number N00181-06-Q-0210 is issued as a request for quotation (RFQ). This requirement is unrestricted. The applicable NAIC is 332911 with a small business standard threshold of 500 employees. FISC Norfolk Naval Shipyard anticipates award of a firm fixed-price contract for the following items: CLIN0001)Rental of two (2) each diesel powered air compressors:, Approximate Period of Performance 01 Oct 2006 through 30 Nov 2006; CLIN 0002) Rental of two (2) each diesel powered air compressors:, Approximate Period of Performance 01 Sep 2006 through 01 Dec 2006 Equipment Specifications: 1. 150 HP, 460 Volt, 3 Phase, 60 HZ 2. Air compressor must have filter packs to give 100 percent oil and moisture free air 3. Unit shall provide a minimum of 750 Cubic Feet per Minute (CFM) 4. Unit shall supply pressure at 125 Pounds per Square Inch (PSI) 5. Unit must be capable of running 24 hours/day, 7 days/week 6. Whip-check devices must be supplied with units 7. Unit must have a moisture separator (electric type) after coolers 8. All hoses, couplings, and fittings shall be 2 inch 9. Filter must be capable of removing lubricants, water mist, and solid particles not to exceed .01 micron 10. 25 ft of two (2) inch hose is required for each air compressor and after cooler connection 11. Two (2) inch Boss couplings with two (2) inch nipples are needed per air compressor. 12. Unit must be a COMPLETE system. Unit must be free standing and must be mobile (cable of being towed) 13. The unit shall be outfitted with suitable attachment for overhead lifting. 13.1 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 13.2 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 13.3 Design of the lifting attachment shall be such that the shackles are not side loaded 13.4 Each lifting attachment shall be conspicuously marked in a contrasting color ?LIFT HERE?. Letters shall have a minimum height of one (1) inch 13.5 The equipment shall be marked in a prominent location with the gross weight. Marking shall be upper case letters of a contrasting color with a minimum height of one (1) inch. Marking shall include the units (i.e. POUNDS, LONG TONS, etc) 13.6 The equipment shall be provided with a lifting sketch/rigging diagram 13.7 The lifting sketch shall detail any specific requirements and/or configurations that must be met prior to lifting (i.e. Engage swing lock, Tilt mast back fully, Rotate lifting basket over side, Utilize 10 ft min. length slings, Spreader beam required, etc). The following shall be supplied with each compressor: 1. PH Purelescer rated for compressor specified above capable of filtering to 0.01 microns 2. Dryer rated for compressor specified above capable of drying air to a dew point of 35 deg F 3. Initial set-up of each compressor and initial light-off will be the responsibility of the contractor. NOTE: Air must be certified breathable by Norfolk Naval Shipyard (NNSY) at time of equipment set-up. Acceptability of each air compressor shall be subject to Government air check to ensure compliance with the Standards of Minimum Purity for Type I, Grade D air as specified by the American National Standards Institute (ANSI) publication as specified in NAVSHIPYD NOR IPI 922-455B, CH 3. Units shall be in service pier side supporting a naval shipyard at the Naval Operating Base in Norfolk, VA. Each compressor shall be capable of operating independently of each other. Contractor shall provide training for NNSY employees CONTRACTOR RESPONSIBILITIES: 1. Equipment delivery and removal at no cost to the Government 2. Equipment shall be delivered with a full tank of fuel 3. Provision of all parts requiring repair and/or replacement under circumstances of normal equipment wear and tear (at no additional charge to the Government) 4. Contractor shall dispatch representative in response to service request to repair and/or replace equipment within six (6) hours of notification 5. In the event equipment is removed from the installation site to the Contractor's facility, Contractor shall be responsible for loss/damage of equipment from the time it leaves the Government site until it is re-installed at Government site. 6. Clean all equipment prior to delivery. Equipment shall be cleaned to a degree of cleanliness that results in a surface free of grease, oil, flux, scale, dirt loose particle and any other matter foreign to the base metal. Adherent light superficial rust on steel surfaces caused by short time exposure to the atmosphere is acceptable. GOVERNMENT RESPONSIBILITY: 1. Provision of operators 2. Performance of basic maintenance and monitoring of all gauges 3. Movement of equipment at job site 4. Lost items and equipment, damage beyond normal wear and tear. NOTES: New or used equipment may be provided. The Government reserves the right to inspect the proposed equipment prior to contract award. The equipment will be exposed to everyday weather and saltwater air. It is the responsibility of the Contractor to provide any protective covering for the unit(s). THE GOVERNMENT RESERVES THE RIGHT TO RETURN ONE OR ALL UNITS AT ANY TIME PRIOR TO THE EXPIRATION OF THE ESTABLISHED RENTAL PERIOD. THE CONTRACTOR SHALL AGREE TO PRORATE COSTS FOR THE TIME THE UNIT(S) IS IN USE BY NNSY. THE GOVERNMENT AGREES TO GIVE THE CONTRACTOR TWENTY-FOUR HOUR NOTICE OF EARLY RENTAL TERMINATION. ****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 deg 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 be a minimum of 1 inch in height. 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 inch. 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 described herein. 3.1. The lifting sketch shall detail any specific requirements and/or configurations that must be met prior to lifting (i.e. Engage swing lock, Tilt mast back fully, Rotate lifting basket over side, Utilize 10 ft min. 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)., model/manufacturer, and gross weight. 3.3 A copy of the lifting sketch shall be permanently posted on the equipment.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 provide it. All handling gear shall be certified IAW NAVFAC P-307 w/written documented proof of testing. RIGGING SKETCH REQUIREMENTS: 1. Weight of the load, 2. Location of the center of gravity, 3. Minimum crane capacity, 4. Minimum capacity/length of slings, 5. 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 of 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 dia of the object the sling passes over, (b) d represents the dia of the sling, (c) Table 14-3 of NAVFAC P-307 lists efficiency factors at various D/d ratios. 10. Components in each handling assy 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) This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 01-25 and the latest Defense Federal Acquisition Regulation Supplement. The following apply: FAR 52.212-1, 52.212-2, 52.212-4, 52.212-5 (incorporating 52.203-6; 52.219-8; 52.219-14; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-19; 52.225-13; 52.232-33) ADDENDA: FAR 52.203-6; DFAR 252.212-7001 (invoking 252.225-7001) IMPORTANT NOTICE: DFARS 252.2094-7004 Required Central Contractor Registration (CCR) applies to this procurement. Please ensure compliance with this regulation prior to submittal of your quotation. Lack of registration in the CCR database may make a contractor ineligible for award. Info can be obtained @ http: www.ccr.gov or 1-888-227-2422. Offers shall be evaluated for fair and reasonable prices, technical acceptability, adherence to applicable clauses/provisions, required delivery schedule and a satisfactory past performance record. 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 addresses 2) Prompt payment terms 3) Delivery schedule 4) Taxpayer ID number 5) ALL COMPLETED CERTIFICATIONS AS REQUIRED HEREIN - SPECIFICALLY THOSE FOUND IN 52.212-3. All deliverables shall be FOB Destination, Naval Operating Base, Norfolk, VA. Pricing structures shall clearly indicate shift differentials, daily, weekly and monthly rental charges. For the purposes of this requirement, a month shall be equal to thirty (30) calendar days. All quotations must be received by this office NLT 12:00 PM (Local Time), 14 April 2006. Responses to this RFQ shall be addressed to Karen England, Code 532.1G and shall either be mailed to FISC NNSY Annex, 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.
 
Place of Performance
Address: Norfolk, VA
 
Record
SN01022455-W 20060408/060406221325 (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.