Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2006 FBO #1693
SOLICITATION NOTICE

W -- Rental of Regenerative Air Dyer

Notice Date
7/14/2006
 
Notice Type
Solicitation Notice
 
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-0270
 
Response Due
7/24/2006
 
Archive Date
8/8/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the supply of commercial items prepared in accordance 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-0270 is issued as a request for quotation (RFQ). This procurement is a Small Business Set-Aside with an applicable NAIC of 333415 with a size std of 750 employees. FISC Norfolk Naval Shipyard anticipates award of a firm fixed-price contract for the following: 1)Rental of one (1) each Regenerative Air Dyer for a base year and two option periods with the following specifications: 1. Regenerative Air Dryer, electric, 120 volts 2. Unit shall provide an extra low dew point to negative 100 deg F. 3. Unit shall be capable of handling a minimum of 850 cubic feet minute (CFM) at 125 PSIG. 4. Inlet and outlet must be 2 inch NPT (If unit is not equipped with 2 inch Male NPT inlet and outlet connections, contractor shall provide adapters as required in order to provide 2 inch male NPT inlet and outlet connections on the unit). 5. Contractor shall adhere to the Norfolk Naval Shipyard?s rigging requirements as outlined herein. 6. Unit must be free standing with forklift slots (capable of being moved w/forklift) CONTRACTOR RESPONSIBILITIES: 1. Equipment delivery and removal at no cost to the Government; 2. Provision of all parts requiring repair and/or replacement under circumstances of normal equipment wear and tear (at no additional charge to the Government), 3. Contractor shall dispatch representative in response to service request to repair and/or replace equipment within six (6) hours of notification, 4. 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. 5.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. 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 RESPONSIBILITIES: 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 ON 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. Period of performance: Base year 8/21/06 through 8/20/07; 1st Option period 8/21/07 through 8/20/08; 2nd Option period 8/21/08 through 10/20/08. CONTRACTOR SHALL ENSURE PRICING REFLECTS MONTHLY RENTAL CHARGES FOR BASE YEAR AND EACH OPTION PERIOD INDEPENDENTLY. OPTION PERIODS WILL BE EVALUATED AT TIME OF AWARD. For the purposes of this requirement, a month shall be equal to thirty (30) calendar days All equipment supplied shall adhere to the following: ****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 05-11 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; 52.217-5 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, NNSY, Portsmouth, VA 23709-5000. . All quotations must be received by this office NLT 4:00 PM (Local Time),24 JULY 06. 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: Portsmouth, VA
Zip Code: 23709
Country: UNITED STATES
 
Record
SN01089779-W 20060716/060714221754 (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.