Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2009 FBO #2659
SOLICITATION NOTICE

49 -- Parts Washer, Aqueous, as described herein

Notice Date
3/6/2009
 
Notice Type
Modification/Amendment
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Norfolk Portsmouth Office, N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909TN068
 
Response Due
3/9/2009
 
Archive Date
3/24/2009
 
Point of Contact
Susan Temple 757 396 8513 Susan Temple757 396 8513
 
Small Business Set-Aside
N/A
 
Description
Amendment 001 to N00189-09-T-N068 - This Amendment is to clarify that quotes should include best delivery date for this item. **************************************************************************************************************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 N00189-09-T-N068. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-30 and DFARS Change Notice 20090115. 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 333319 and the Small Business Standard is 500 employees. The Fleet and Industrial Supply Center, Norfolk Marit! ime Industrial Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources for: CLIN 0001 Parts Washer, Aqueous, as described herein below: 1.This specification covers the requirements for the aqueous parts washer, an immersion-type aqueous parts washer with vertical lift platform agitation, pump agitation, electric heat, oil separator, and filtration system. The purpose of parts washer is to clean inaccessible and not visible areas, as exist in hydraulic components such as actuators commonly repaired in the hydraulics section. 2.Equipment Description: Aqueous parts washer shall possess the following salient characteristics / capabilities:2.1.Dip tank constructed of corrosion resistant steel with welded seams2.2.Dip tank capacity of approximately 300 gallons, and a total liquid depth capacity of at least 27", and capable of submerging the lift platform at least 20"2.3.Dip tank footprint not to exceed 5' x 6'2.4.Dip tank shall have a drain fitting to allow complete draining of the dip tank2.5.The top of the dip tank shall not exceed 42" in height from the floor to facilitate ergonomic loading and unloading2.6.Dip tank shall be equipped with a hinged cover to prevent splashing. The cover shall have a power assisted means of opening and closing and shall be equipped with safety device to prevent operator injury by inadvertent closure. The hinged cover shall be controlled by cycle timer described below.2.7.The dip tank and cover shall be insulated to help maintain cleaning solution temperature2.8.Dip tank shall be equipped with both vertical lift agitation and pump agitation2.8.1.Lift platform size of at least 3' x 4', with a rim at least 1" deep2.8.2.Lift platform weight capacity of at least 900 pounds2.8.3.Lift platform shall have a powered vertical stroke, and the lifting mechanism shall be external to the dip tank2.8.4.Lift platform vertical stroke shall be adjustable in length and speed, with a maximum stroke no less than 5", and stroke at least 25 strokes per minute2.8.5.Lift platform shall be equipped with a removable parts basket constructed of stainless steel and at least 42" long x 30" wide x 12" deep2.8.6.Agitation pump shall be powered by at least 1-1/2 HP motor, and shall circulate cleaning solution inside the dip tank at a rate of at least 8,000 GPH to clean inaccessible areas of work pieces2.9.Oil separator to provide oil removal from an aqueous detergent cleaning solution while the parts washer is in continuous operation. The separated oil is to be drained to government provided container for disposal or reclamation from a drain port at least 30" above floor level. The oil separator should feature a circulatory flow of cleaning solution of at least 5GPM to provide adequate oil removal for a 300 gallon dip tank.2.10.Filtration system providing continuous filtration to remove particulate from cleaning solution. The filtration system shall provide a sweeping action of the dip tank floor to continuously remove sludge from dip tank, employing multiple nozzles. The filtration unit shall be equipped with a separate motor of at least 2HP to provide sweeping action of the dip tank floor to remove sediment, filtration flow, and additional tank agitation to further enhance cleaning inaccessible areas. All piping shall be stainless steel.2.10.1.Filter media shall be rated at a maximum of 50 microns. A minimum of three (3) spare filter media shall be provided. 2.11.Electric heat shall be provided to raise the temperature of the cleaning solution to a minimum of 180F throughout the dip tank, employing heating element(s) of at least 16kW. The electric heater(s) shall be equipped with an adjustable thermostat to provide heating capabilities at different temperatures. The electric heater(s) shall also be equipped with a timer which will provide 7 day programmability to allow advance heat up to minimize wait time at start up.2.12.Aqueous parts washer shall be equipped with a cycle timer which will automatically lower lift platform, agitate for a preset time, raise the hinged cover, and raise lift platform upon completion of cycle.2.13.The user controls shall include a conspicuous emergency stop button which will cause the equipment to stop all motors2.14.All of the aqueous parts washer's systems and sub-systems shall be rated for continuous duty2.15.Aqueous parts washer shall operate on a single 460VAC 3 Phase electric circuit and 100PSI shop air as the only required utilities2.16.As applicable to any parts or components of aqueous parts washer or of aqueous parts washer itself, three (3) copies of the manufacturer's standard commercial technical data written in the English language shall be provided and securely attached to aqueous parts washer in waterproof packaging when shipped. If available, the documentation will also be provided on compact disc media, and include operation manual, preventive maintenance schedule, maintenance manual, and parts manual.2.17.Aqueous parts washer shall be delivered to ultimate destination as an assembled unit with exception of any system of aqueous parts washer, such as the filtration system or oil separation system, which, if free-standing or an exterior connection to aqueous parts washer, may be shipped unattached to the main unit with the awarded vendor making aware to the government in advance any requirements necessary for assembly at ultimate destination.2.18.All electrical items shall conform to current NFPA 79 requirements3.Quality Assurance Provisions3.1.Inspection of aqueous parts washer, its parts and components, shall be performed at destination by Code 931 and shall consist of type and kind; quantity; condition and operability, if readily determinable.4.Preservation, Packaging, and Packing4.1.The equipment shall be packaged, packed and preserved for shipment to reach ultimate destination undamaged. Package shall be prominently marked "NOT FOR OUTSIDE STORAGE". Yellow packaging, packing, preservation and marking are prohibited.4.2.Aqueous parts washer, with its assembled parts and components shall be shipped palletized for ease of off-loading by fork lift truck. The Government shall be made aware in advance of any special lifting instructions.4.3.The weight of aqueous parts washer shall be prominently and conspicuously displayed in pounds. As aqueous parts washer's systems may not be attached to aqueous parts washer and may be shipped on separate pallets, weights are to be listed for each pallet.4.4.The contractor shall notify NNSY at least five (5) working days in advance to schedule a delivery date of aqueous parts washer. Please advise your best delivery date. FOB Point is Destination. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Rerepresentation.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; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration. The following Defense FAR Supplement (DF! ARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Within DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7036 Buy American Act-Free trade Agreements-Balance of Payments Program and Alt I. All clauses shall be incorporated by reference into any eventual purchase order. At a minimum, responsible sources shall provide the following: a price proposal on letterhead which for each of the requested items, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified els! ewhere on the solicitation/award document. This announcement shall close at 2:00 PM on 9 March 2009, Eastern Standard Time. Contact Susan Temple, who can be reached at 757-396-8513, email susan.temple@navy.mil. If 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 certifies by submission of its quote that the representation and certifications currently posted electronically with regard to FAR 52.212-3, Offeror Representations and certifications Commercial Items and DFARS 252.212-7000, 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 its quote. Quoters wishing to incorporate their representation and certifications in the ORCA database into their quote by ref! erence shall affirmatively state their desire to do so. 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 prices, FOB point, a point of contact, name and phone number, business size, and payment terms. Quotes shall also include descriptive literature sufficient to allow the government to make a determination of technical acceptability. Quotes lacking such descriptive literature may be considered technically unacceptable and not considered for award. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Quoters shall include a completed copy of 52.212-3 and it's ALT I and with quotes and DFARS 252.212-7000 or affirmatively state that their representations and certifications found in the ORCA database are incorporated into the quote by reference. Vendors shall ! submit their quotes via email to susan.temple@navy.mil. Facsimile and oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Numbered Note 22 applies. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. 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.nnsy1.navy.mil/Security/docs/i-9.pdf 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 acc! ess 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 docu! mentation 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 VENVOR/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 ava! ilable 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. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a8e7a35d3334da81fc6b03f0f4620c7a&tab=core&_cview=1)
 
Record
SN01763355-W 20090308/090306220200-9775a8c98a1d080af92e3052ecf95575 (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.