Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
SOLICITATION NOTICE

49 -- Valve Tester

Notice Date
12/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024412T0061
 
Response Due
1/6/2012
 
Archive Date
1/21/2012
 
Point of Contact
Jorge Cubas 619-532-4923
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13 Simplified Acquisition Procedures and 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This announcement constitutes the only solicitation; a Request for Quotation (RFQ) is being requested and a written solicitation will not be issued. The Solicitation number is N00244-12-T-0061. The RFQ and incorporated provisions and clauses are those in effect through FAR FAC 2005-43 and DFARS-DCN 20100820. This solicitation is issued as small business set-aside NAICS Code 334519 Other Measuring and Controlling Device Manufacturing is applicable and business size is 500 employees. ************************************************************************** Line Item 0001: One (1) Valve Tester in accordance with the minimum specifications stated below. Line Item 0002 Shipping/Delivery charges to Warehouse #8 DOR #1, 1903 C. Street SW Auburn, WA 98001 MINIMUM SPECIFICATIONS: VALVE TEST STAND MINIMUM ESSENTIAL REQUIREMENTS STAND: The stand shall be a welded unit. The legs and cross members shall be of 6 inch I-beams or channel iron. The table top shall be of at least 2 3/4 inch steel plate. The base shall have through holes for securing to the deck. CONTROLS: The test stand shall contain all necessary piping, control valves, relief valves, fill and drain valves, gauges, and pumps to provide necessary pressure. VALVES: Any portion of piping under pressure shall contain a relief and drain valve. All valves shall have a safety factor of not less than 2 to 1. All valves in contact with water shall be of stainless steel. GAUGES: All hydro gauges shall be with absorbers for protection against shock, surges and vibration. PUMP: The hydrostatic pump shall be an air operated unit capable of pressures up to 3500 PSIG. The pump shall be provided with a safety device to limit output pressure to 3500 PSIG regardless of input air pressure. The pump diaphragm shall be protected against sudden pressure drop. The pump shall be of stainless steel. The pump shall be provided with a muffler, lubricator, regulator, moisture trap, filter and a pressure gauge. The pump shall operate on an air pressure regulatable to a minimum of 6 PSIG and a maximum of 65 PSIG. Shop water supply to the pump shall be regulatable between 15 and 20 PSIG. Shop air pressure supply shall be regulatable from 0 to 65 psig. TANKS: The 40 gallon water sump tank and 42 gallon accumulator tank can be epoxy lined to prevent rusting issues in the recycle system, contamination of the tested item, and the testing medium. Stainless Steel would be preferred over epoxy lined steel. TEST PLATE: The test plate shall be of stainless steel, 14 1/2 inches in diameter, 3/4 inches thick. The Test plate shall have at least 12 O-ring slots. The test plate shall be inserted into the table top base plate. The Test plate shall be replaceable, shall provide a seal surface with an O-ring on the valve flange. The test plate shall be connected to the hydro pump by piping. HYDRAULIC UNIT: The test stand shall be supplied with a commercially available 10,000 PSIG maximum pressure hydraulic unit with regulatable output pressure. The hydraulic unit shall provide the pressure for clamping of the hold down arms. The hydraulic unit shall be a self-contained, 1 gallon reservoir pump, manual dump valve, air powered with lubricator regulator gauge and spring loaded actuating valve. A regulator within the air pressure control circuitry to the hydraulic unit shall allow regulation down to 10 PSIG minimum. The hydraulic unit shall be connected to the four jacks providing the clamping action of the hold down arms. The unit requires a shop air supply of a minimum 30 PSIG which is adjustable. HYDRAULIC JACKS: Four 25 ton capacity, spring return, hydraulic jacks shall be provided and shall be mounted at the brackets for the hold down arms. One large hydraulic cylinder (100 TON) may be used in lieu of 4 jacks. HOLD DOWN BRACKETS: Four hold down brackets shall be welded to the outer table diameter. The brackets shall be designed to allow ease of arm adjustment. HOSE: A 3500 PSIG hose shall be provided to connect from table top to blind adaptor flange with 3/8" pipe adapter fitting for remote testing of valves, condensers, coolers, etc., not adaptable to the test stand. The hose shall be at least 10 feet long interconnecting the adapter fitting to the item under test. PIPING: Hydro piping shall be stainless steel or 70-30 Copper-Nickel seamless and shall be protected with relief valves. SIZES AND CAPACITIES: The sizes and capacities of the test stand shall conform to the requirements below. A value is considered a minimum unless otherwise specified. When a range is indicated, it shall be from the stated minimum or less, to the stated maximum or more. OPERATING PRESSURE-2250 PSIG HYDROSTATIC PUMP-Supply water pressure 15 to 20 PSIG Supply air pressure 0 to 65 PSIG Maximum output 3500 PSIG HYDRAULIC POWER SUPPLY UNIT- Supply air pressure 0 to 65 PSIG Maximum output 3500 PSIG HYDRAULIC JACKS- Minimum clamping force = 100 TONS HYDROSTATIC TEST PRESSURE- 3375 PSIG TEST TABLE SIZE (maximum)- 56" X 38" X 46" CONSOLE SIZE (maximum)- 38" X 24" X 56" PERFORMANCE: The hydrostatic test stand shall be capable of performing hydrostatic pressure test on gate, globe, and check valves of the bottom blow type up to 12 inches in size. It is mandatory that the test stand be constructed to allow rapid connection and disconnection of the valves to the testing machine and to assure clearance of the test valve bodies by the hydraulically actuated valve hold down arm assemblies. UTILITIES: The test stand shall be designed and constructed to be completed for operation on compressed air 90 PSI unregulated. Two sets of the installation data shall be placed in a waterproof envelope marked "INSTALLATION DATA" and securely attached to the unit prior to shipping. MARKING: This item shall be physically identified in accordance with MIL-STD-130. Government Delivery Requirements: The Government requires the material under line item 0001 to be delivered and installed 30 days ARO. If the above required delivery schedule cannot be met contractors must provide an accurate and realistic delivery schedule. Inspection and acceptance will be made at Destination by the Government. Delivery will be made to the locations listed in each line item. Post Award Contract Administration will be performed by NAVSUP Fleet Logistics Center San Diego, Code 240. Payment: The US Navy anticipates using Wide Area Workflow (WAWF) to pay invoices IAW DFAR 252.232-7003 and NAVSUP clause 5252.232-9402. Any technical questions are to be directed to: Jorge Cubas Contract Specialist, US Navy, NAVSUP Fleet Logistics Center San Diego, Code 240, (619)532-4923, Jorge.cubas@navy.mil. TECHNICAL QUESTIONS ARE TO BE SUBMITTED VIA EMAIL received no later than 1200 (PST) on January 4, 2012. THE FOLLOWING PROVISIONS AND CLAUSES ARE APPLICABLE AND ARE HEREBY INCORPORATED INTO THE SOLICITATION BY REFERENCE AND BY FULL TEXT. THE FULL TEXT OF THE CLAUSES/PROVISIONS FROM THE FAR AND DFARS CAN BE ACCESSED VIA THE INTERNET USING THE FOLLOWING WEB-SITE ADDRESS: www.arnet.gov or http://farsite.hill.af.mil It is the responsibility of the offerors to obtain copies of the necessary provisions and or clauses that are required as a part of this solicitation. Required clauses/provisions that are not submitted may render an offer not to be accepted by the Government. The following Clauses are applicable: FAR 52.212-1, Instructions to Offerors - Commercial Items; NOTE: This provision must be reviewed completely. It contains the guidelines for submission of your quotation. N00244M313 EVALUATION OF OFFERS “USING CAPABILITY TO PERFORM AS MINIMUM CRITERIA, PAST PERFORMANCE AND PRICE FACTORS (APR 1996) (FISC SAN DIEGO) (a) The Government plans to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i) CAPABILITY TO PERFORM (ii) PRICE (b) Only those Offers which are determined by the contracting officer to be technically capable of performing under Factor (i) will be further evaluated under Factor (ii). In the second step, those offers determined under Factor (i) to be technically acceptable, Factor (ii) PRICE will be evaluated. At the discretion of the Contracting Officer, the Government intends to evaluate quotes per the criteria stated herein. Each initial offer should, therefore contain the Offeror's best terms from both a price and technical standpoint. (c) By submitting a quote under this solicitation, Offeror asserts that it is technically capable of performing the specification/ statement of work and all aspects of this contract. The contracting officer will validate offerors technical capability to perform by verifying that the offeror has financial resources, organization and facilities required to perform the contract. TECHNICAL CAPABILITY TO PERFORM represents MINIMUM acceptable criteria. Under this factor, offers will be determined to be either technically acceptable or unacceptable. Failure to be determined technically acceptable under this factor will render the offer to be unacceptable and to not be considered for award. (e) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items-ALT I-OCT 1998; Incorporated by reference; NOTE: This provision is considered a śfill-in. ť All applicable fields must be completed. Submit this provision with your quotation. FAR 52.212-4 Contract Terms and Conditions Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation).FAR 52.219-6 Notice of Total Small Business Set-Aside. FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.212-4 Contract Terms and Conditions- Commercial Items FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-28 “ Post-Award Small Business Program Representation. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor ”Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer ”Central Contractor Registration. FAR 52.233-3 Protest after Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements. FAR 52.243-1 Changes ”Fixed Price. FAR 52.247-34 F.o.b. Destination. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. FAR 52.252-6 Authorized Deviations in Clauses. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program DFARS 252.247-7023 Alt III Transportation of Supplies by Sea. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7004 Alternate A, Central Contractor Registration. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. FISC-SD local clause 331 Review of Agency Protests (MAR 2000) FISC-SD local clause 332 Unit Prices (OCT 2001) FISC-SD local clause 333 Non US Navy Owned Cranes Aug 2004 NAVSUP Clause 5252.232-9402 Wide Area Work Flow; FAR 52.212-5 Contract Terms and Conditions required to implement statures or executive orders “ Commercial Items (Aug 2011) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor ™s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause ” (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. End of Clauses/Provisions. IMPORTANT NOTICE: DFARS 252.204-7004 śCentral Contractor Registration ť (CCR) is required and applies to all solicitations issued on/after 6-1-98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award of a contract/purchase order. Please ensure compliance with this regulation when submitting your quote. Utilize the CCR website at http://www.ccr.gov and/or call the CCR Assistance Center at 888-227-2423 for more information. Requests for technical and or contractual clarification are to be submitted to the Contract Specialist via email: Jorge.cubas@navy.mil. Quotation information may be submitted electronically via e-mail, or by fax. Submit responses to: Jorge.cubas@navy.mil or fax 619-532-1088. He may be reached directly at (619) 532-4923. Reference solicitation number: N00244-12-T-0061 on all documents and requests for information. Quotes must be received no later than 1200 (PST) on January 6, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024412T0061/listing.html)
 
Place of Performance
Address: GSA Warehouse
Zip Code: 1903 C street SW, Auburn, California
 
Record
SN02644630-W 20111224/111222234656-560d49e21d961647f94328809e8987f0 (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.