Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2006 FBO #1738
SOLICITATION NOTICE

72 -- Shipboard Laundry Equipment

Notice Date
8/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
333312 — Commercial Laundry, Drycleaning, and Pressing Machine Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
Reference-Number-N6279306RC12524
 
Response Due
9/7/2006
 
Archive Date
9/22/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in FAR Subpart 12.6 and as described in FAR Part 13. This announcement constitutes the request for the required item under N6279306RC12524. The North American Classification System (NAICS) code for this acquisition is 333312. The size standard is 500. A subsequent solicitation document will not be issued. FISC Norfolk intends to purchase Shipboard EDRO Dynawash, Model DW2000MNSWE-13A washer/extractor with integral S4B Programmable Logic Control for the USS Carl Vinson (CVN-70). A detailed description of the contract line items (CLINs) considered brand name or equal are as follows: CLIN 001: Supply and deliver, EDRO Dynawash, Model DW2000MNSWE-13A washer/extractor, with integral S4B Programmable Logic Control. The washer-extractor shall be front-loading, fully automatic, shell and cylinder, three-pocket, with rotating action about the horizontal axis. Axial rotation of cylinder shall incorporate reversing action during appropriate parts of the cycle. The shell shall be watertight and rigid. The front of the shell shall be removable to permit replacement of the cylinder and the shell seams shall not pass through the drain valve opening. The shell shall consist of the following: openings for a door; cylinder shaft; four-compartment automatic and manual supply dispensers; water piping and steam heat exchanger; drain outlet; overflow and vent outlet; and water level and temperature indicator. The cylinder construction shall be rigid. Perforations in the cylinder shall be sized and spaced for efficient washing, rinsing, and extraction. It shall be provided with a hinged door as part of the front head and a means to prevent laundry from falling between the cylinder and shell during loading and unloading. The door shall not be less than 150 square inches for each 50 pounds of rated capacity. The washer-extractor shall be provided with an electric and pneumatic power-operated brake for rapid deceleration and stopping of the cylinder. The brake shall stop rotation of a loaded cylinder within 60 seconds during any part of the extraction cycle. The contour and configuration of the shell plating and the location and configuration of the booster heater shall be such that the water consumption will be kept to a minimum. Water levels shall be readily adjustable in the field. Piping valves and fittings shall have a working pressure of 100 pounds per square inch. The drain valve, hot and cold freshwater inlet valves, and steam inlet valve shall be electric and automatically controlled by the automatic formula control unit. Two separate inlet valves, for hot and cold fresh water, shall be provided. The machine shall also be fitted with a threaded 1-1/2 inch connection on the top of the shell for manual salt water supply. A normally open drain valve shall be fitted at the lowest point of the shell. A filter shall be provided to prevent foreign objects from passing through the drain valve into the ship?s drainage system. The filter shall be readily accessible and easily removable for cleaning. The washer-extractor shall have an automatic supply dispenser for adding supplies under control of the automatic formula control unit. The dispenser shall contain not less than four compartments, which can be filled manually at the beginning of the wash cycle. Supply dispenser compartments shall be the water flushing type. Automatic supply dispensers shall not allow soap or detergent to clog or cake. Indirect steam booster heater shall be provided. The booster heater shall be located in the tub and shall remain fully submerged at inclination angles of 12 degrees at the lowest water level fill. The heater shall transfer heat to the wash and rinse solutions, without the steam or its condensate coming into direct contact with the solution or wash load. A steam heat valve, strainer, and trap shall be provided with the steam piping system and shall be suitable for 100 psi saturated steam working pressure. The heat exchanger assembly shall be in accordance with the ASME Boiler and Pressure Vessel Code, Section VIII. The cylinder shall be driven by electric motors through V-belts or a combination of gearing and V-belts to provide proper speed for the washing, extracting, and draining cycles. The cylinder shall perform not more than three reverse rotations per 95 seconds during the washing cycle. A means shall be provided for inching the cylinder door to the proper loading position. Means shall be provided for adjusting tension of the V-belts. Gears shall be in accordance with AGMA 2000-A88 and AGMA 2001-B88. The gears shall transmit full rated horsepower throughout the speed ranges without failure for the expected serviced life of the washer-extractor. Safety and interlocking devices shall function for both clockwise and counterclockwise rotation of the cylinder and when the ship is rolling or listing at not less than 12 degrees from its normal position. The driving arrangement shall permit changing from the wash to the extract cycle and vice versa with interlocking feature to ensure smooth transfer. The main brake shall be normally closed and prevent cylinder rotation while the machine is off. Also, in the event of power loss and/or loss of low pressure air, the brake shall close automatically. The shell door shall be fitted with an electric interlock that prevents the door from being opened when the machine is in the extract mode, and prevents rotation of the cylinder when the shell door is open except in the JOG mode. JOG or inching buttons shall be provided on the control panel. The JOG function shall require the use of both hands of the operator while inching the cylinder. Depressing both the JOG button and either of the directional buttons shall release the brake and engage cylinder movement. Releasing either button shall bring the cylinder to an immediate stop. Exposed belts, shafts, pulleys, and other moving parts shall be fully enclosed by metal guards. Gears shall be fully enclosed in gear housing. Metal guards shall be firmly supported, but shall also be readily removable for maintenance. The washer-extractor shall be provided with an adjustable vibration limit cutout device to disconnect service should excessive equipment-damaging vibration occur. An interlock shall be provided which will prevent the machine from extracting until the water level has drained to a safe level. The washer-extractor shall be provided with an emergency stop button, located on the front of the unit within an accessible area. The button shall bring the washer-extractor to an immediate stop when activated. Asbestos Marking All shipments that include asbestos, as defined in the Asbestos Certification clause of this contract, shall be marked in accordance with paragraph 5.4.35.1 of MIL-STD-129H. Prohibited Packing Materials The use of asbestos, excelsior, newspaper or shredded paper (all types including waxed paper, computer paper and similar hydroscopic or non-neutral material) is prohibited. In addition, loose fill polystyrene is prohibited for shipboard use. Marking of Shipments (commercially packaged items) Marking shall be in accordance with ASTM-3951-90, ?Standard Practice for Commercial Packaging.? Preparation for Delivery (commercially packaged items) The contractor shall deliver, or cause to be delivered, the item(s) to the designated warehouse located at Northrop Grumman Newport News Shipyard, Newport News, VA. Preservation, packaging and packing shall be in accordance with ASTM-3951-90, ?Standard Practice for Commercial Packaging.? The requiring delivery date is no later than 18 NOV 2006. Delivery will be FOB Destination to the following address: Supervisor of Shipbuilding, C&R, USN 1000 48th Street, Warehouse 91, Newport News, VA 23607-2787 ATTN: Mike Coleman, C-152D3. Mark for USS CARL VINSON (CVN-70) The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration (OCT 2003); 52.212-1 Instructions to Offerors-Commercial Items (JAN 2005); 52.212-3 Offeror Representations and Certifications-Commercial Items (JAN 2005) ALTERNATE I (APR 2002) (The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov .After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications?Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (JAN 2005), the following clauses apply and are incorporated by reference: 52.222-3 Convict Labor (JUN 2003), 52.222-19 Child Labor - Cooperation with Authorities and Remedies (JUN 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001), 52.225-13 Restrictions on Certain Foreign Purchases (DEC 2003), and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (OCT 2003); and 52.215-5 Facsimile Proposals (OCT 1997). The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A (Nov 2003); Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005), the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (APR 2003); 252.225-7000 Buy American Act--Balance of Payments Program Certificate (APR 2003); and 252.232-7003 Electronic Submission of Payment Requests (JAN 2004); and 252.247-7023 Transportation of Supplies by Sea Alternate III (MAY 2002). At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, delivery time remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by noon 07 SEP 2006. Offers can be emailed to brandy.harris@navy.mil or mailed to Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Code 230A5, Attn: Brandy L. Harris, Norfolk, VA.23511-3392. Reference N6279306RC12524, on your proposal.
 
Place of Performance
Address: Supervisor of Shipbuilding, C&R, USN, 1000 48th Street, Warehouse 91,, Newport News, VA, , , ,
Zip Code: 23607-2787
Country: UNITED STATES
 
Record
SN01127872-W 20060830/060828221714 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.