Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2006 FBO #1824
SOLICITATION NOTICE

W -- HP AIR COMPRESSOR RENTAL

Notice Date
11/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N0018907TN017
 
Response Due
12/1/2006
 
Archive Date
12/16/2006
 
Description
This is a combined synopsis/solicitation for the supply of commercial items prepared in accordance with Federal Acquisition Regulation, FAR 13 with the format in 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 N00181-07-T-N017 is issued as a request for quotation (RFQ). This requirement is unrestricted and the applicable NAIC is 532490 with a standard size of $6.5 mil dollars. FISC Norfolk Naval Shipyard anticipates award of a firm-fixed price contract for the following rental: CLIN 0001: Rental of 3 each high pressure air compressors, two (2) of which will run as primary sources of air, one (1) will be a stand-by in accordance with attached specifications which will be provided upon written request to fax number (757) 396-8014 or 8511 or e-mail to alfredia.rich-murphy@navy.mil or richmurphyap@nnsy.navy.mil. The period of performance shall be 20 Feb 2007 through 07 Dec 2007 to include an option to expire prior to expiration date. A service technician shall be required for initial start-up and to provide quarterly maintenance follow-up. 1. SCOPE: 1.1 This specification describes rental of a self-contained compressed air system used to supply high-pressure air for ship service applications including breathing air. The compressed air system will include a compressor, air dryer, closed loop cooling system and other components required meeting these specifications. If two compressed air systems are rented, they may share a common air dryer. 2. COMPRESSED AIR SUPPLY PARAMETERS: 2.1 The compressed air system shall supply at least 85 SCFM of air at a pressure of 5,000 psig. The compressed air supplied by the compressed air system shall be certified for breathing air quality per paragraph 15008 of OPNAVINST 5100.23D or the applicable OSHA regulations for compressed breathing air supply. The air quality specifications for breathing air and ship service are as follows: a. Oxygen: 19.5 to 23.5% b. Carbon Dioxide (by volume): 1000 ppm maximum c. Carbon Monoxide (by volume): 10 ppm maximum d. Hydrocarbons (condensed): 0.005 milligrams/liter maximum e. Supply temperature: 115 oF maximum f. Water content: Not to exceed a dew point of (-70 oF) at atmospheric pressure (18 ppm by volume). g. Compressed air oil content shall not exceed 0.1 ppm by weight. h. Dirt/particulate: Not to exceed 5 microns nominal and 18 microns absolute. 2.2 The compressed air system shall have controls, which start and stop the compressor when pressure set points are met at the compressor discharge. The set points shall be adjustable by the customer. The set points shall have a range of adjustability between 3000 and 5000 psi. 3. EQUIPMENT REQUIREMENTS: 3.1 The compressed air system shall be electrically powered, suitable for a 460-Volt, 3-phase power supply. The compressed air system shall be self-contained so that the system is capable of producing breathable quality, compressed air without any additional utilities such as a water supply. 3.2 The compressed air system shall be self-regulating with fully automatic controls, alarms, and indicators so that the compressor package requires monitoring no more than once every 24 hours by compressor operators after start-up. 3.3 The compressed air system shall include the following accessory equipment and any other equipment necessary to meet the requirements of this specification: a. A filtration/purification system as required allowing the output compressed air to be certified for breathing air supply, per section 2.1 above. b. CUNO Incorporated, Model 1H1-2278, air filter, for the purpose of oil removal, shall be installed between the compressor and dryer. This requirement also applies to oil-less compressors. The recommended CUNO filter housing is CUNO Model 40344-10. Replacement cartridges shall be supplied by the contractor and replaced by the customer. The contractor shall supply a written procedure for cartridge change-out specifying the number of hours and how to accomplish the same and shall deliver the compressor with sufficient cartridges to permit one complete cartridge change-out. c. An air dryer system to ensure the output compressed air meets the required water content specification per 2.1.f. The dryer shall be a cartridge-type unit. Each airflow path through the dryer shall include at least two dryer cartridges in series. Replacement cartridges shall be supplied by the contractor and replaced by the customer. The installed dryer capacity shall be sufficient to permit operation of the compressor for 40 hours at rated capacity before cartridge change-out is needed. The contractor shall supply a written procedure for cartridge change-out specifying operating hours and shall deliver the compressor with sufficient cartridges to permit three complete cartridge change outs or sufficient cartridges for the contract period, whichever is fewer. An air-cooled after-cooler with an automatic water drain trap to remove condensed moisture from the compressed air. The after-cooler shall cool the compressed air to within 15 oF of ambient temperature at a continuous load of either 85 SCFM at 5,000 psig or the rated capacity of the compressor at 5000 psig, whichever is higher. d. An air receiver to minimize cycling. 3.4 The compressed air system shall be suitable for operation in an outdoor, marine seashore environment. 4. CONSTRUCTION 4.1 The compressed air system shall be wholly contained on either one or two skids. The skids shall be constructed to be portable, capable of being both transported by forklift and crane. 4.2 The installed compressed air system, including the compressor and all accessory equipment, shall together occupy a volume with dimensions which do not exceed 8'-0" wide by 20'-0" long by 10'-0" high. 4.3 The compressed air system shall comply with the applicable OSHA regulations. 4.4 The compressed air system shall comply with the applicable ASME Boiler and Pressure Vessel Code. 4.5 The compressor condensate discharge shall be equipped with a flexible hose at least eight feet in length to permit users the option of directing condensate into a user-supplied 55-gallon drum. 4.6 The compressed air system shall be complete and operational after delivery and setup. Setup shall be complete within 24 hours of delivery of the compressor. As part of setup, the contractor shall operate the compressed air system and supply air meeting the specified dew point and oil content for at least one continuous hour. Government sampling and laboratory testing shall validate the oil content. The compressor shall be highly reliable and shall function without repair or adjustment for at least one month when set-up is complete, except with the approval of the Government. Air and fluid leaks are all mechanical failures and shall be corrected by the contractor. 4.7 The compressed air system shall include drip pans or trays to capture and contain fluid leaks. 4.8 Relief valves shall have intact wire seals on their adjustment caps and shall bear tags indicating the set point, testing activity and test date 4.9 Pressure gauges shall be in calibration and shall bear labels showing calibration, which will not expire during the contract period. 4.10 Power cable end fittings will be lugged and color-coded to indicate proper phasing. 4.11 End fitting of compressor will be 1/2" male CPV Union End fitting. 4.12 Discharge piping will have a 90o fitting in order to eliminate the kick hazard. 4.13 Inlet air filter will be Polymer in lieu of paper filters. 4.14 Each compressor will have a CO Monitor installed to alarm and secure the compressor upon a high CO reading of 10 PPM. 4.15 The equipment shall be outfitted with suitable attachments for overhead lifting. 4.15.1 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. 4.15.2 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. 4.15.3 Design of the lifting attachments shall be such that the shackles are not side loaded. 4.15.4 Each lifting attachment shall be conspicuously marked in a contrasting color "Lift Here". Letters shall have a minimum height of 1". 4.15.5 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 1". Marking shall include the units (i.e. "pounds", "long tons", etc.). 4.15.6 The equipment shall be provided with a lifting sketch / rigging diagram. 4.15.7 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.). 5. MARKINGS: 5.1 The compressed air system shall have the (1) air capacity, (2) maximum supply pressure and (3) the electric horsepower and RPM rating stamped on a metal plate attached to the equipment. Each major component of the system, including, but not limited to the compressor, electric motor and the purification system shall have the manufacturer's name and the manufacturer's serial number stamped on a metal plate attached to the component. No metal stamping is permitted on any surface subjected to high stresses in service, except as permitted by the applicable portions of the ASME Boiler and Pressure Vessel Code. 6. ADDITIONAL CONTRACTOR SERVICES/REQUIREMENTS: 6.1 Deliver and retrieve the compressed air system Norfolk Naval Shipyard, Portsmouth Virginia 6.2 The rental period shall be from 20 February 2007 to 07 December 2007 with the option to return the compressed air systems to the contractor prior to 01 October 2007 allowing for a contract price reduction prorated per the monthly rate. The contract shall also include options for increasing the length of the rental for up to 3 months beyond 07 December 2007 in sequential one-week increments. 6.3 Connect the accessory equipment that is not integral to the compressor package, such as the after-cooler, air purification and dryer equipment to the air compressor package. 6.4 Provide start up training for compressed air system on-site at Norfolk Naval Shipyard, Portsmouth VA. The training shall be conducted the day of, or the next day after the compressed air system is delivered. Training shall require no more than one instructor and shall last no longer than one workday. 6.4.1 Provide commercial operating instruction manuals for the air compressor and all other major components of the compressed air system. 6.5 Provide 24 hour a day, seven-day a week on-call repair service during the rental period. The contractor will be responsible for initiating repairs on-site, at Norfolk Naval Shipyard, within 24 hours of verbal or written notification that the equipment has malfunctioned. The contractor shall replace the malfunctioning component if the compressed air system cannot be returned to service within 72 hours of being notified of the original malfunction. 7. PREPARATION FOR DELIVERY: 7.1 The compressed air system must be preserved and packaged per the manufacturer's commercial practice. Packing shall be in a manner that will insure acceptance by a common carrier and safe delivery at the destination. The shipping container and method of packing must comply with the Uniform Freight Classification Rules or other carrier regulation as applicable to the mode of transportation. 7.2 A parts list and a technical/instruction manual shall be provided. All deliverables shall be FOB Destination, NNSY, Portsmouth, VA 23709-5000. The delivery is required on or before 20 Feb 2007. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2005-06 and the latest Defense Federal Acquisition Regulation Supplement 20051011. The following apply: FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5 incorporating 14, 15, 16, 17, 18, 19, 20, 26 and 31. ADDENDA: FAR Clauses 52.207-4, 52.211-15, 52.211-17, and 52.247-34, 52.222-25, and 52.246-2, DFAR 252.212-7001 incorporating 252.225-7001, 252.225-7021, and 252.225-7036. IMPORTANT NOTICE: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to all solicitations issued on/after 06/01/98. Please ensure compliance with this regulation when submitting your quote. CCR does not apply if Government Credit Card is acceptable. Call 1-888-227-2422 or visit the Internet at http://ccr.gov for more information. All responses must include a completed copy of the certifications and representation set-forth in FAR 52.212-3 and DFAR 252.212-7000. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. Past performance will be evaluated using the Navy Red/ Yellow/Green program as follows: (A) This procurement is subject to the Navy Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet materials, parts, and components of ships, planes and weapons systems. (B) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor quality performance history. The price to be considered in determining the best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (C) The procedures described in the clause of this solicitation entitled, 5252.213-9402 ADDITIONAL EVALUATION FACTORS: CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992), will be used by the Contracting Officer to assist in determining the best purchase value for the Government. THE AWARD SHALL MEET REQUIREMENTS FOR ACCESS TO NNSY: Contractors representatives must be United States citizens. Representatives are to provide the NNSY Security Office with proof of U.S. citizenship at the point in time of the request for access. The original or certified copy of one of the following provides proof of U.S. citizenship: (1) Birth Certificate (2) Verification of Birth (DD Form 372) (3) Hospital birth certificate with an authenticating seal (4) For those persons born abroad to a U.S. citizen parent: (a) Certificate of citizenship issued by the Immigration and Naturalization Service (b) Report of birth Abroad of a Citizen of the United States of America (Form FS-240) (c) Certificate of Birth (Form FS-545 or DS-1350) issued by a U.S. Consulate or the Department of State (5) Certificate of Citizenship for individuals who claim to have derived U.S. citizenship through the naturalization of the parent(s) (6) Certification of Naturalization (original only). Note: One of these documents must be provided before any badges will be issued for access to the shipyard. The contractor's failure to comply with this requirement relieves the Norfolk Naval Shipyard of any liability regarding demurrage and/or detention costs associated with delays to gain access. Parties responding to this request for quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, quote form, etc) but must include the following 1) Complete mailing/remittance address (s); 2) Prompt payment discount; 3) Delivery Schedule; 4) Taxpayer ID#; 5) All completed certifications as required herein. All responses must be received by 08 Dec 2006; 11:30 PM, Local Time and shall reference solicitation no. N00181-07-T-N017. Questions/responses relative to this solicitation may be faxed to (757)-396-8014 or 8511 or emailed to alfredia.rich-murphy@navy.mil. Text of clauses may be found at the following websites: www.arnet.gov/far; www.dtic.mil/dfars.
 
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
SN01185877-W 20061124/061122220928 (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.