Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOLICITATION NOTICE

35 -- CHILL WATER UNIT RENTAL AND AIR DRYER RENTAL

Notice Date
8/27/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00189-07-T-N910
 
Response Due
8/30/2007
 
Archive Date
9/14/2007
 
Description
This is a combined synopsis/solicitation for the rental 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 N42158-07-T-N910 is issued as a request for quotation (RFQ). This requirement is unrestricted and the applicable NAICS is 333415. FISC Norfolk Naval Shipyard anticipates award of a firm fixed price contract for the following line items: (01) RENTAL OF 1 EA 60 TON CHILL WATER UNIT FOR THE PERIOD OF 9/24/2007 TO 01/14/2008. SEE SPECS BELOW (02) RENTAL OF 1 EA REGENERATIVE AIR DRYER UNIT FOR THE PERIOD OF 9/24/2007 TO 03/03/2008. SEE SPECS BELOW Chill Water Unit Rental Specification GENERAL SPECIFICATION 1. Chill Water Unit must be at least 60 ton capacity. 2. Must be air cooled 3. 460/480 (v), (1) 100 amp breaker 4. Single 150 GPM circulating pump. 5. Must be capable of operating 24 hours a day seven (7) days a week. 6. Must be able to supply 150 GPM at a minimum of 80 feet of head. 7. Inlet and outlet of unit to be 2-1/2? Male NPT 8. Unit must be a complete system. 9. Unit must be capable of operating in an industrial environment where dust, dirt, and sea air are present. 10. Equipment to have weight stenciled on it 11. Equipment to have padeyes for crane movement. 12. Unit must be free standing and have forklift slots (capable of being moved with a forklift) 13. Unit to be equipped with Inlet and Outlet Temperature Gauges. 14. Unit to be equipped with Flow Indicating Device. Regenerative Air Dryer Rental Specifications GENERAL SPECIFICATIONS 1. Regenerative air dryer must provide an extra low dew point to -100 degrees F. 2. Must be capable of handling at least 850 cubic feet minute (CFM) at 125 PSIG. 3. Electrical requirements: 110/120 VAC, 60 HZ, 1 Phase 4. Inlet and outlet must be 2? NPT. (If unit is not equipped with 2? Male NPT Inlet and Outlet connections, contractor to provide adapters as required to provide 2? Male NPT inlet and outlet connections on the unit.) 5. Contractor to adhere to the rigging requirements as outlined in Attachment B for contractor equipment at Norfolk Naval Shipyard. 6. Unit must be free standing and must have forklift slots (capable of being moved with a forklift) 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 unit within eight (8) 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 unit(s) prior to delivery to the following requirements: a. Units 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 atmosphere, 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 dehumidification unit(s) in one month increments. The government reserves the right to extend the rental period for an additional two (2) months (60 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. 2. Provide option to allow NNSY to rent an additional dehumidification unit on an ?as-need? basis to support additional cooling/heating requirements. The rental of the additional unit will be on a month to month basis. Rental charges will be prorated if unit is returned prior to end date. Delivery of the additional unit to NNSY is to be within five (5) working days of notification by NNSY. NOTES: 1. New or used equipment may be provided. NNSY reserves the right to inspect the proposed equipment prior to contract award. 2. The units will be exposed to everyday weather, and saltwater air. It is the contractor's responsibility to provide any protective coverings for the units. 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 Attachment B Sheet 2. 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 Code 714 (396-3345, 3346). 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. All deliverables shall be FOB Destination, NNSY, Portsmouth, VA 23709-5000. 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, 23, and 26. ADDENDA: FAR Clauses 52.207-4, 52.211-15, DFAR 252.212-7000, 252.212-7001 incorporating 52.203-3, 252.225-7001. 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. 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.. Responses may be emailed to: Valerie Moore, Code 532.2D, Bldg 1500, 2nd Floor, Portsmouth, VA 23709-5000, phone: 757-396-9829 at Valerie.moore@navy.mil clauses may be found at the following websites: www.arnet.gov/far; www.dtic.mil/dfars. Numbered Notes 22 applies.
 
Place of Performance
Address: NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VA
Zip Code: 23709
Country: UNITED STATES
 
Record
SN01386734-W 20070829/070827221912 (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.