SOLICITATION NOTICE
42 -- BOOM REEL SYSTEM
- Notice Date
- 3/24/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- Fleet & Industrial Supply Center Seal Beach, 800 Seal Beach Blvd, Seal Beach, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024405T0393
- Response Due
- 3/31/2005
- Archive Date
- 4/30/2005
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 N00244-05-T-0393. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-01 and DFARS Change Notice 20050222. It is the contractor?s responsibility 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! 333132 and the Small Business Standard is 500 employees. The Fleet & Industrial Supply Center Seal Beach requests responses from qualified sources capable of providing: Line Item 0001: Boom Reel System; 0001AA: 1/ea 4000 ft ? Response-type oil containment boom, 24? OAH, 100? sections, urethane impregnated fabric, 26oz/sq.yd.minimum, 8?internal floats, 100% rolled foam, sealed between float sections, float length NTE 24? for use on a boom reel, compliant Z connectors (must conform to ASTM F 962-99 with MANDATORY 2nd hole at 6? or 12? where applicable. Connectors should have no additional pinholes beyond those specified). Locate anchor points at waterline, each connector and at mid-section in an appropriate position of your choosing. Each anchor point shall have a minimum ?? eye. NOTE any built-in boom handling aids (i.e. handholds) incorporated into your product; 0001AB: 1/ea 4000 ft ? Permanent oil containment boom, 24? OAH, 100? sections, urethane impregnated fabri! c, 100oz/sqyd minimum, fully enclosed external floats (no open backs), compliant Z (must conform to ASTM F 962-99 with MANDATORY 2nd hole at 6? or 12? where applicable. Connectors should have no additional pinholes beyond those specified). Locate anchor points at waterline, each connector and at mid-section in an appropriate position of your choosing. Each anchor point shall have a minimum ?? eye; 0001AC: 22/ea ? Boom Mooring Systems, 22# anchor, for 40? water IAW Program requirement BMS-1 r3; 0001AD: Tow Bridle, 24? Boom, compliant Z connector (must conform to ASTM F 962-99 with MANDATORY 2nd hole at 6? or 12? where applicable. Connectors should have no additional pinholes beyond those specified), IAW Program requirement BTB-1 r2; 0001AE: Mobile boom Reel able to store, deploy and retrieve 2000? of item 0001AA boom, ball coupler, no level winder, IAW Program requirement BRS-2 r2; 0001AF: 30/ea - Replacement Z connectors, 24? long, with hardware; 0001AG: SST Toggle pins! for Z connectors, with lanyards. MINIMUM REQUIREMENTS: Placement options ? [1] Stationary [2] Mobile (see trailer requirements) Maximum unit width - 8?6? unless otherwise specified. Level winders on mobile reels must be transportable within that width. Level winders on fixed reels may be attached on site to create a wider assembly. Drive - Hydraulic motor with closed drive components in an oil bath (i.e.: motor direct drive, motor/gearbox, motor/closed chain drive). Power pack options ? [1] 208/220/440VAC, 3-phase, electric/hydraulic or [2] 208/220/440VAC, 3-phase, electric/hydraulic, explosion proof or [3] Diesel/hydraulic with standard electric starting and recoil starter backup (standard on mobile reels). All power packs will have quick-connect hydraulic fittings keyed to enable only correct hookups. Level Winder - Provide boom level winding capability over the length of the spool. In the event of an emergency, the winder must allow the boom to drive it or must release the boom in a way that no longer interferes with the boom deployment Control Operation - The reel and level winder (if specified) must be capable of independent, simultaneous operation. One or two actuators may be used for each device to control speed and direction. All movement must stop when the operator releases the primary controls to the neutral position (not freewheeling). A separate speed control, if used, must be self-maintained (hands-off). Reels will have a freewheel capability to allow rapid boom deployment independent of the hydraulic power unit. Freewheeling must be quickly activated (? turn, for example) and controllable, independent of the hydraulic power unit, by gradual hydraulic or mechanical braking. All controls will be clearly labeled. Control Placement ? [w/o level winder] Provide a means to mount the control on either side of the reel using no more than common hand tools. [w/level winder] Mount controls on the same side as the level winder. Operator Considerations - Provide a safe and effective operator position where he/she can see the boom on the reel, see the towboat, and have easy egress in case of an emergency. Provide noise control by allowing the power pack to be operated on the end of the reel opposite the operator. Security - Provide a locking device to prevent reel movement during transport and unauthorized use when unattended. Provide a means to secure the reel frame to dock, trailer, etc. Corrosion Resistance - All components will be corrosion resistant including frame, reel, and hydraulic fittings. Corrosion resistance may be provided using selected metals, coatings, or processes. Stability - Reels and frames will be stable (limited flex and movement) in 3 axes. Triangulated supports are preferred. Trailer mounted reels will be stable during operation. This may require the use of trailer stabilizers or outriggers. Trailer - Provide trailer with [1] ball [2] pintle-type coupler, legal for use on U.S. highways (size, lights, fenders, etc.) Include hydraulic surge brakes on all axles. The trailer may have a cargo bed or be integral to the reel (preferred). Documentation - Provide comprehensive operations and maintenance manual including, but not limited to: Description and function; Specifications; Warranty and manufacturer's contact information; Safety precautions summarized and placed throughout manuscript, as required; Operating instructions including detailed drawings or photos; Maintenance instructions including Illustrated Parts Breakdown (IPB) with part numbers and sources of supply, hydraulic diagrams, schematics, mechanical systems drawings, and any other technical information essential for repairs and supply support; Troubleshooting; Any OEM documentation that is provided with individual system components. Other Features - Provide one or more covers for all equipment (boom, reel, and power pack) and a means to secure them to the frame or trailer. The covers may be fitted or flat. Provide means for fluids (primarily rainwater) to drain from base area. Provide a means to lift stationary reels using fork pockets or lifting eyes as appropriate based on the size and weight of the reel. Delivery 6 weeks ARO at Naval Base San Diego, CA 92136. FOB Destination. The following FAR provisions and clauses are applicable to this procurement: 2.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.219-8, Utilization of Small Business Concerns; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Specia! l Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea Alt III 252.247-7024, Notification of Transportation of Supplies by Sea. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with ! only one source. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received within fifteen day after date of publication of this synopsis. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a quote, which shall be considered by the agency. 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/. In addition, quoters shall complete an electronic Online Representations and Certifications Applica! tion (ORCA). ORCA can be found at http://orca.bpn.gov. This announcement will close at 11:00PM local time on 31 March 2005. Contact Marty Daugherty who can be reached at 562-626-7368 or email martha.daugherty@navy.mil.
- Web Link
-
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
- Record
- SN00775786-W 20050326/050324212754 (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 |