SOLICITATION NOTICE
W -- Rental/Lease of Equipment, Industrial
- Notice Date
- 11/29/2004
- 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 PUGET SOUND, 467 W STREET, BREMERTON, WA, 98314-5000
- ZIP Code
- 98314-5000
- Solicitation Number
- N00406-05-T-0335
- Response Due
- 12/20/2004
- Archive Date
- 1/15/2005
- Small Business Set-Aside
- Total Small Business
- Description
- The Fleet Industrial and Supply Center, Puget Sound Naval Shipyard, Bremerton, Washington, intends to solicit and award a Firm-Fixed Price service contract for rental of various equipments described below for 180 days. This is a synopsis for commercial items prepared in accordance with the format in FAR Part 5, 12, and 13.5, supplemented with additional information included in this notice. The announcement number is N00406-05-T-0335. The North American Industry Classification System (NAICS) code for this acquisition is 532490 with a small business standard size of $6,000,000 employees. Please identify your business size in your response based upon this standard. This is a 100% Small Business Set-Aside solicitation with a required delivery date of 18 January 2005. 1. Description of Requirement: a. 10-each, Air Dryer, compressed air deliquescent type. Air Dryer is to lower the dew point in temporary low pressure air piping and hoses in the Controlled Industrial Area (CIA) at Puget Sound Naval Shipyard and Intermediate Maintenance Activity (PSNS & IMF). Each air dryer shall be equipped as follows: relief valve 1/2 inch male NPT (screwed inlet) connection, Naval Brass Body; ASME air cap 235 SCFM. Flow range to be factory pre-set at 150 PSI, to be within 10 percent of cracking pressure, valve must be stamped to read: ASME approval for use on unfired pressure vessels. Gate valve, 31 inches female NPT each end, bronze ratged at 150 PSI. Steam to 406 degrees Farenheight, 300 PS non-shock cold water, oil gas. Bronze body extra heavy duty meets commercial MSS SP-80 or Federal Specification WW-V-54, type II, Class B. Nipple, Pipe 3 inches NPT by 6 inches long red brass heavy duty Mfr part number 113RB48-6 or equal. The Air Dryer assembly shall have a maximum flow rate of 1250 SCFM at 100 PSIG. ASME rated pressure vessel to 150 PSIG (with written certification). Top connection to be 3 inches NPT screwed type in lieu of flange. Each unit to include the initial fill of dessicant material (dry-O-Lite, about 34 bags each unit). Each unit to include 1/4 inch flat stock square base to prevent sinking, tube attachment to base for lift skid attachment of lifting pad eyes to uprights and banding to attach to vessel per PSNS specifications (see sketch). b. 5-each, Dehumidifier with Chillers, Min Flow rate of 9000 CFM, minimum moisture removal: 30 lbs/HR, must include 5,each-Model HC 9000 without flex ducts, equipment must be electric driven at 480V 3PH. c. 2-each, Blast and Recovery System (must include 1-each 40Ton capacity Steel Grit Blast and Recovery Machine with 1 each, 200HP/3700 CFM electric vacuum). Detailed specifications for each equipment will be attached with the solicitation. 2. Performance Required: Delivery, on-site set-up/start-up, shut-down/removal, maintenance and technical support of above-mentioned equipments for 180 days. 3. Duration of Performance: Approximately 6 months (180 days) with a start date of 18 January 2005 and end date of 18 July 2005. 4. Place of Performance: Puget Sound Naval Shipyard, Bremerton, Washington 98314 5. Prospective offerors must be certified for the Blast and Recovery System and must show permit for the pressure vessel certification in Bremerton, WA, at time of award. 6. Prospective offerors must have a permit for use of the Dehumidifier by the Air Pollution Control District in Bremerton, WA. 7. Prospective offerors must provide specifications or literature of the equipments. All responsible sources that can meet the criteria above may submit a bid, proposal, or quotation which shall be considered by FISCPS. The solicitation and any subsequent amendments will be posted to the NECO website: http://www.neco.navy.mil . Electronic submission of quotes is available through the NECO website. Electronic submission of proposals/quotes is not available at this time. Prospective offerors are responsible for downloading their own copy of the solicitation from the NECO website (www.neco.navy.mil) and for frequently monitoring that site for any amendments. The Government is not responsible for any inability of the offeror to access the posted documents. No telephone or FAX requests will be accepted, and no hard-copy solicitation/amendment will be mailed or FAXed.. Offerors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. Responses are due by 20 December 2004 at 4:00 P.M. PST. Please send all responses electronically to Carmelita C. Klimaszewski at carmelita.klimaszewski@navy.mil . Responses received after that date may not be considered. Responses to the solicitation should include the company name, street address, city, state, country, zip code, or postal code, Point of Contact (POC), POC telephone, and e-mail address.
- Place of Performance
- Address: Puget Sound Naval Shipyard, 1400 Farrgut Avenue, Bremerton, WA
- Zip Code: 98314
- Country: USA
- Zip Code: 98314
- Record
- SN00714060-W 20041201/041129211950 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |