Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
SOLICITATION NOTICE

W -- Rental of two (2) - 40 ton Air conditioner units

Notice Date
11/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk Portsmouth Office Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018912TN002
 
Response Due
11/22/2011
 
Archive Date
12/7/2011
 
Point of Contact
Donyette Smith 757-396-8350 Valerie Moore
 
E-Mail Address
e.moore@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-12-T-N002. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-54 and DPN 20111102. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 532490 and the Small Business Standard is $7.0 million. This is a competitive, unrestricted action. NAVSUP Fleet Logistics Center Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources capable of providing: Quotes shall include monthly, weekly and daily rental rates for each unit along with the total for the period of performance. Note: one month=thirty (30) days; one week = seven (7) days Rental of two (2) - 40 ton air conditioner units with heaters as follows: GENERAL SPECIFICATIONS: 1.Air Conditioner must have a 40 Ton capacity (minimum) with built-in heaters 2.Must be electrical powered, either 120/460V. Capable of starting and running on a 400 amp circuit breaker. Camlock end connections are required. 3.Unit must be air cooled 4.Provide a minimum of 480,000 BTU/hr cooling capacity 5.Provide a minimum of 90 kW heating capacity 6.Provide at least 7000 Cubic Feet per Minute (CFM) 7.Unit must have at least two (2), 20" vent duct inlets connections. 8.Unit must have at least two (2), 20" vent duct outlet connections. 9.Must be capable of running 24 hours/day, 7 days/week 10.Unit must be a complete system 11.Contractor to adhere to the rigging requirements as outlined in Attachment B for contractor equipment at Norfolk Naval Shipyard. 12.Unit must be free standing and must have forklift slots (capable of being moved with a forklift) 13.Unit must be affixed with a metal tag designating the supplying company, a POC responsible for repairs and maintenance, and a phone number of the POC who is responsible for repairs and maintenance. 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 an air conditioner within eight (8) hours of notification by NNSY at no additional charge 4.Per FAR 22.102-1(a) entitled "Safety", Contractors are hereby informed that their employees or representatives present on property under Norfolk Naval Shipyard cognizance must follow the requirements in SHIPYARD OCCUPATIONAL SAFETY AND HEALTH MANUAL, NAVSHIPYDNORINST P5100.56 or the site specific location of the contract. 5.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. 6.Clean the air conditioner unit(s) prior to delivery to the following requirements: a.Air conditioners 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 air conditioner(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 air conditioner on an as-need basis to support additional cooling/heating requirements. The rental of the additional air conditioner 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 air conditioner 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. Rigging Sketch Requirements Rigging sketches, as a minimum, shall identify the following: 1.The weight of the load. 2.The location of the center of gravity. 3.The minimum crane capacity. 4.The minimum capacity / length of slings. 5.The 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 for 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 diameter of the object the sling passes over. b."d" represents the diameter of the sling. c.Table 14-3 of NAVFAC P-307 lists efficiency factors at various D/d ratios. 10.Components in each handling assembly 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). PERIOD OF PERFORMANCE is 01 December 2011 through 30 November 2012; Place of Performance is Norfolk Naval Shipyard, Portsmouth, Virginia 23709-5000. Vendor hereby certifies that his product/service meets or exceeds all specifications in this solicitation, in their entirety, with no exceptions. ____________ (initials) Please state any exceptions you may have along with explanation of the exceptions. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government s Interest When Subcontracting with Contractor s Debarred, Suspended, or Proposed for Debarment 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer CCR Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7010 Levies on Contract Payments SUP 5252.232-9402, INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (April 2008) (a) Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): (1) The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293). (2) WAWF Vendor Quick Reference Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521. (3) Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, receiving reports etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for each file is not to exceed 2MB. Multiple attachments are allowed. REQUIREMENTS FOR ACCESS TO NNSY Contractors representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. Employee Eligibility Verification Form ). The I-9 is based on presentation of appropriate documentation that both verifies the employee s eligibility for employment and denotes his citizenship status. Contractors can go to http://www.navsea.navy.mil/shipyards/norfolk/nnsy/Security.aspx to acquire the required form and completion guidance. NOTE: (1)The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard. (2)If the contract requires access to classified material, a visit request identifying the employee s clearance status may suffice depending on the employee s status within the JPAS database. (3)In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material. (4)If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER. Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that person s citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029). Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract. IF THE PERSON FOR WHOM THE VENDOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. This announcement will close at on 22 November 2011 at 11:00 AM EDT. Contact Donyette Smith who can be reached at 757-396-8350 or email donyette.smith@navy.mil. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, and past performance. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include total contract price along with a per class price, proof of ABET certification, a point of contact, name and phone number Tax I.D. #, Duns #, Cage Code, GSA contract number if applicable, business size, and payment terms. Quotes shall be submitted via email to donyette.smith@navy.mil or via fax to 757-396-9895. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912TN002/listing.html)
 
Record
SN02623598-W 20111117/111115234436-1e581f401602a4c2e31c2c19dcbdfc6e (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.