Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
SOLICITATION NOTICE

66 -- RECIRCULATING OVEN PER SPECIFICATION PROVIDED IN COMBINED NOTICE

Notice Date
6/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SPMYM3-17-Q-6107
 
Archive Date
2/23/2018
 
Point of Contact
MICHAEL R. SCHESSER, Phone: 2074381931
 
E-Mail Address
MICHAEL.R.SCHESSER@NAVY.MIL
(MICHAEL.R.SCHESSER@NAVY.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
The government, Portsmouth Naval Shipyard, has the below requirement in support of its San Diego, CA detachment. SPMYM3-17-Q-6107: JLM: 7157401 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Part 13 and 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 FEDBIZOPPS (www.fbo.gov). The RFQ number is SPMYM3-17-Q-6107. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-94 and DFARS Change Notice 20161222. 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: http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfdfara.htm. The NAICS code is 339113. The SBA Size Standard for NAICS Code 339113 is 750 Employees. This procurement is a 100% Small Business Set Aside. The nonmanufacturer rule applies, consequently, if the offeror is not the manufacturer, the offeror must be provide documentation they are offering the product of a Small Business manufacturer in order to have their offer evaluated. ITEM: NOMEN: U/I: QTY: CLIN 0001 Recirculating Oven, general purpose, EA 01 per specifications listed at the end of this Combined Synopsis / Solicitation notice. NOTE: In addition to providing offers detailing price and delivery along with country of origin, FOB terms etc. Offerors MUST submit manufacturer spec sheets along with their quotes to enable the government to evaluate offers for technical compliance. Delivery of this oven is to: Portsmouth Naval Shipyard ATTN: Zach Harris C.O. Naval Base Point Loma PNS Det San Diego, CSS-11, T-Shed 140 Sylvester Rd San Diego, CA 92105 Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.204-7, System for Award Management 52.204-13, SAM Maintenance 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use 52.211-15, Defense Priority and Allocation Requirements 52.211-17 -- Delivery of Excess Quantities 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation - Commercial Item 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 52.219-28, Post Award Small Business Program Representation (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts & Compliance Reports 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246) 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-3, Hazardous Material Identification & Material Safety Data 52.223-11, Ozone-Depleting Substances 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.225-13, Restriction on Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - SAM 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.232-39, Unenforceability of Unauthorized Obligations 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.242-15, Stop-Work Order 52.246-1, Contractor Inspection Requirements 52.247-34, F.O.B. - Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses 52.253-1 -- Computer Generated Forms Vendors shall include a completed copy of 52.212-3 and its ALT I with quotes, if the representation and certification is not available via SAM.gov. All clauses shall be incorporated by reference in the order. Additional clauses and provisions applicable to this procurement are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7012, Safeguarding of Unclassified Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act & Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.239-7018, Supply Chain Risk DFARS 252.243-7001, Pricing of Contract Modifications DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea DLAD 52.211-9000, Government Surplus Material DLAD 52.211-9014, Contractor Retention of Traceability Documentation DLAD 52.233-9001, Disputes; Agreement to Use Alternative Disputes Resolution DLAD 52.246-9039, Removal of Government Identification from Non-Accepted Supplies DLAD 52.247-9012, Requirements for Treatment of Wood Packaging Material The following Local Instructions apply: Additional Information (WAWF) Mercury Control (Supplies) Specification Changes Marking of Shipments Preparations for Delivery (Commercially Packaged Items) Prohibited Packing Materials Inspection & Acceptance (Destination) Consignment Instructions for Deliveries to the Portsmouth Naval Shipyard Copies of the above local instructions are available upon request This announcement will close at 01:00 PM ET on June 28, 2017. The Point of Contact for this solicitation is Michael Schesser who can be reached at 207-438-1931 or email Michael.r.schesser@navy.mil. Oral communications are not acceptable in response to this notice. Evaluation The Government will award a purchase order resulting from this combined synopsis/solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Quotes will be evaluated based on the following criteria: - Technical Acceptability - Price Any deviations from the specifications must be clearly marked on the quote. System for Award Management (SAM): Vendor must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Potential contractors will be screened for responsibility in accordance with FAR 9.104 METHOD OF PROPOSAL SUBMISSION: All quotes must be sent via fax (to 207-438-1251) or email (to michael.r.schesser@navy.mil). All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, DUNS, Tax ID Number, business size under NAICS Code 339113, shipping terms, the payment terms and the preferred method of payment (GCPC / Wide Area Work Flow). Quotes over 15 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. GENERAL PURPOSE RECIRCULATING OVEN SPECIFICATONS Oven chamber shall be 36" high x 36" wide x 36" deep. Overall dimension of oven shall NOT be greater than 72" high x 72" wide x 72" deep. Temperature Range: 0 - 1,400° F Hearth Level should be approximately 18 - 20" above floor level Power Requirements: 460 V / 3 Phase / 60 Hz Shell of oven shall be constructed of heavy gauge sheet steel reinforced throughout with structural steel members all welded to form a rigid enclosure to withstand the heat and prevent warping. Chamber Insulation - a minimum of 6.5" of multilayered lightweight firebrick. The floor of the chamber work area shall has easily replaceable cast plates to support the work load and protect the floor insulation. Heating elements shall be coiled kanthal wire of low density secured in easy replaceable radiant panels. The panels shall have grooves open to the coils to provide maximum radiation and faster heat response times. The heating elements shall be placed on the side walls between the liner and insulation to provide uniform heat distribution throughout the chamber. Thermocouple - (2) 14-gauge type(K) thermocouple assemblies (one for controller and one for high limit controller) shall be mounted through the rear wall of the oven between the liner and heating elements. The door shall be a manual counterweighted vertical lift door that will be operated by a hand crank. The door shall be lined with a combination of firebrick and mineral wood to provide a low outside shell temperature. A door switch shall be installed that automatically shuts off power to the air circulating fan and the heating elements when the door is opened. The fan shall be mounted through the oven rear wall and circulate air over the heating elements and back through the work chamber in a horizontal pattern. The liner shall be stainless steel liner angle iron constructed and lined with a stainless sheet steel interior located on both side and rear walls and the liner shall direct the air flow in a uniform horizontal pattern. The temperature control system shall be mounted in a separate panel located on the right side of the oven. All controls shall be facing forward for ease of operator adjustment and viewing. The temperature controller shall have 1 program with 12 segments. The controller accuracy shall be +/-0.25% of span (typical +/- 1 digit for display. There shall also be a separate high limit controller with separate thermocouple and contactor that will provide automatic furnace shut down in the event of a high temperature excursion. A digital soak timer shall also be installed to shut off heating elements at one time and the fan at a later time. The digital timer shall be a 7-day timer for automatic oven startup or shutdown at a preset time. A fusible disconnect switch shall be wired and mounted on the furnace as a means to disconnect power to the oven. Additional Accessories Required: Heat Treat Foil - stainless steel foil wrap 24" wide x 50' long rated for 2,240° F Gloves - Heat treat gloves 18" long rated to 1,800° F Tongs - Curved jaw tongs 36" long A complete instruction manual shall be supplied with the oven which includes start up and operating procedure, parts list, electrical schematics, and safety and maintenance guidelines. Freight shipment of product shall be included in final price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM3-17-Q-6107/listing.html)
 
Place of Performance
Address: PORTSMOUTH NAVAL SHIPYARD, ATTN: ZACH HARRIS, C.O. NAVAL BASE POINT LOMA, PNS DET SAN DIEGO, CSS-11, T-SHED, SAN DIEGO, California, 92105, United States
Zip Code: 92105
 
Record
SN04548520-W 20170618/170616235458-26cab35c070f503584ed259635a363a8 (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.