Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 03, 2013 FBO #4331
SOLICITATION NOTICE

41 -- RENTAL OF 60 TON CHILL WATER UNIT - Package #1

Notice Date
10/1/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVSUP Fleet Logistics Center Norfolk, CODE 200, 1968 GILBERT STREET, SUITE 600, NORFOLK, Virginia, 23511-3392, United States
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-14-T-N002
 
Point of Contact
James K. Ferguson, Phone: 757 396 8673, Donyette L. Smith, Phone: 7573968350
 
E-Mail Address
james.k.ferguson@navy.mil, donyette.smith@navy.mil
(james.k.ferguson@navy.mil, donyette.smith@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures, 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 FEDBIZOPPS. The RFQ number is N00189-14-T-N002. This solicitation documents and incorporates provisions and clauses in effect through FAC FAC 2005-69 and DPN 20130909. 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 532490 and the Small Business Standard is $30.0 million. The proposed contract is 100% set aside for small business concerns. NAVSUP Fleet Logistics Center - Norfolk Naval Shipyard (NNSY), Portsmouth, VA requests responses from qualified sources capable of providing: ITEM NO. DESCRIPTION RATES Total 1 Lease of one (1) each 60 Ton Chill Water Unit in accordance with Attachment A Equipment Specifications Period of Performance: 11 October 2013 through 01 July 2014 9 Months * NOTE: A MONTH IS DEFINED AS THIRTY (30) DAYS Place of Performance: Nuclear Power Training Unit (NPTU), Goose Creek, SC Period of Performance: 11 October 2013 through 01 July 2014. The following FAR provision and clauses are applicable to this procurement: 52.204-7, Central Contractor Registration 52.204-13, Central Contractor Maintenance 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.204-10 Reporting Excutive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - CCR 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates 52.247-34 Destination Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; 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 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 Transportation of Supplies by Sea 52.217-8, Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within at least one (1) calendar day. 52.233-2, SERVICE OF PROTEST (SEPT 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Donyette Smith, NAVSUP Fleet Logistics Center - Norfolk Contracting Department, Norfolk Naval Shipyard Maritime Industrial Division, Bldg 1500, 2nd Floor, Portsmouth, VA, Ph 757-396-8350, donyette.smith@navy.mil. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Dec 2012) (a) Definitions. As used in this provision-- Person-- (1) Means-- (i) A natural person; (ii) A corporation, business association, partnership, society, trust, financial institution, insurer, underwriter, guarantor, and any other business organization, any other nongovernmental entity, organization, or group, and any governmental entity operating as a business enterprise; and (iii) Any successor to any entity described in paragraph (1)(ii) of this definition; and (2) Does not include a government or governmental entity that is not operating as a business enterprise. Sensitive technology- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). (b) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (c) Except as provided in paragraph (d) of this provision or if a waiver has been granted in accordance with 25.703-4, by submission of its offer, the offeror-- (1) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (2) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act. These sanctioned activities are in the areas of development of the petroleum resources of Iran, production of refined petroleum products in Iran, sale and provision of refined petroleum products to Iran, and contributing to Iran's ability to acquire or develop certain weapons or technologies; and (3) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,000 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf ). (d) Exception for trade agreements. The representation requirement of paragraph (c)(1) and the certification requirements of paragraphs (c)(2) and (c)(3) of this provision do not apply if- (1) This solicitation includes a trade agreements notice or certification (e.g., 52.225-4, 52.225-6, 52.225-12, 52.225-24, or comparable agency provision); and (2) The offeror has certified that all the offered products to be supplied are designated country end products or designated country construction material. (End of provision) 52.232-18 Availability of Funds Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The notice of availability of funds issued pursuant to contract clause 52.232-18 will be posted to the FLC Norfolk web page at https://www.navsup.navy.mil/navsup/ourteam/navsupgls/navsupflcn (End of Clause) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. MARKINGS: In addition to any other marking requirements found herein, the Contractor shall ensure that all equipment supplied under this contract shall bear the following information: 1. Contractor's Name and Point of Contact information (name, tele# etc) 2. Government Contract Number; Contracting Officer's information (name, tele# etc) 3. Vessel Name The above information should be prominently displayed in a manner that will withstand weather conditions under which this equipment may be exposed. SAFETY: Per FAR 22.102-1(A) entitled "Safety", contractors are herby informed that their employees or representatives present on property under Norfolk Naval Shipyard cognizance must follow the requirements in Shipyard Occupational Safety and Health Manual, NAVSHIPYDNORINST P5100.56 or the site specific location of the contract. GOVERNMENT POINT(S) OF CONTACT: Delivery/Pick-up of equipment: To be provided upon award Subject Matter Expert(s): To be provided upon award PICKUP/REMOVAL OF RENTAL UNITS: Unless otherwise notified by NAVSUP FLCN Contracting, Norfolk Naval Shipyard Maritime Industrial Division, Code 533, rental/lease unit(s) shall be picked-up (removed) by Contractor on the morning after expiration of the established contract period of performance. In the event that this date occurs on a Saturday, Sunday, or a recognized Federal Holiday, the contractor may make the appropriate arrangements to pick-up the equipment on the first working day following the expiration of the contract at no additional cost to the Government. If any difficulty is experienced in picking-up (removing) unit(s), the Contractor MUST immediately request the Contracting Officer's direction by contacting TO BE PROVIDED UPON AWARD. A Contractor's failure to follow the above instructions regarding pick-up/removal of rental units will relieve the Government of any liability for further charges for the equipment. REQUIREMENTS FOR ACCESS TO NAVY INSTALLATIONS Commander, Navy Installations Command (CNIC), has established the Navy Commercial Access Control System (NCACS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy Installations by submitting identification credentials for verification and undergoing a criminal screening/ background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment, registration, background vetting, screening, issuance of credentials, and electronic validation of credentials at its own cost through a designated independent contractor NCACS service provider. Credentials will be issued every five years and access privileges will be reviewed/renewed on an annual basis. The costs incurred to obtain Navy Installation access of any kind are not reimbursable, and the price(s) paid for obtaining long-term NCACS credentials will not be approved as a direct cost of this contract. Further information regarding NCACS can be found at http://cnic.navy.mil/CNIC_HQ_Site/index.htm (under "Popular Links"). This announcement will close at on 08 October 2015 at 2:00 PM EDT. This requirement will be awarded using the procedures under FAR Subpart 12.6. Accordingly, a Simplified Streamlined acquisition process will be used in the evaluation and award of the contract. The quotation shall consist of the following sections: (1) Technical and (2) Price. One (1) electronic copy of the quotation shall be provided. 1. Technical: The vendor shall submit a technical submission that demonstrates a complete understanding of each item's specifications as stated in the solicitation and their capability to deliver the required rental equipment. This submission shall be inclusive of the following: • One (1) electronic copy of the completed Technical Capability Certification, Attachment B, for each piece of equipment being quoted in order to determine technical acceptability. • Executed Representations and Certifications, unless completed in SAM. 2. Price: Pricing shall be provided for each item. The prices quoted shall be in accordance with the table contained in the combined synopsis solicitation. Price quote shall be held firm for sixty (60) days. Quotations shall be submitted via electronic mail to james.k.ferguson@navy.mil AND donyette.smith@navy.mil by announcement closing date and time. The completion and submission of the above items will constitute a quote and will be considered the vendor's unconditional assent to the terms and conditions of this solicitation and any attachments and/or exhibits. EVALUATION CRITERIA The Government will conduct a lowest price technically acceptable source selection process using the policies and procedures of FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This acquisition process will be used in the evaluation and award of the contract.. (a)The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: • Technical Submission (Technical Capability Certifications) • Price Award(s) will be made for the technically acceptable item or combination of technically acceptable items that result in the lowest aggregate price to the Government. Technical acceptability will be determined by reviewing the technical certifications submitted for each item to ensure that all of the technical requirements identified are met. Technical acceptability will be defined as follows: Technical Evaluation Ratings Rating Description Acceptable Quote meets all of the requirements identified. Unacceptable Quote does not meet all of the requirements identified. Failure to meet any technical requirement for an item will make the quotation unacceptable for that item. If an item is technically unacceptable, its price will not be considered for award. Price: The vendor's proposed price will be evaluated on the basis of price reasonableness. All prices must be considered fair and reasonable as determined by the Government. ATTACHMENT A EQUIPMENT SPECIFICATIONS Applicable to All Items: GENERAL SPECIFICATIONS: 1. Chill Water Unit must be at least a 60 Ton Capacity and no greater than 65 Ton Capacity 2. Must be air cooled. 3. 460/480(V), (1) 400 Amp (maximum) Breaker with a male 500 mcm Kamlock fitting 4. Single 150 GPM Circulating pump (minimum). 5. Must be capable of operating 24 Hours a day Seven (7) Days a Week 6. Must be able to supply a minimum of 150 GPM at a minimum of 80 Feet of Head. 7. Unit must have 2 inlet and 2 outlet connections. 8. Inlet and Outlet of Unit to be 2-1/2" Male NPT 9. Unit must be a complete system, if pump is separate; vendor will provide all piping/valves/fittings as required to couple pump to Chill Water Unit. 10. Unit must be capable of operating in an industrial environment where dust, dirt, and sea air are present. 11. Equipment to have weight stenciled on it. 12. Equipment to have padeyes for crane movement. 13. Unit must be free standing and have forklift slots (capable of being moved with a forklift). 14. Unit to be equipped with Inlet and Outlet Temperature Gages. 15. Unit to be equipped with Flow Indicating Device. 16. Evaporator must be capable of delivering a leaving temp of less than 40 F. 17. Condenser must be capable of operating in a wide ambient temperature range (0-125 F) CONTRACTOR RESPONSIBILITY: 1. Equipment delivery and removal at no cost to the government. 2. Provide all parts requiring repair or replacement under circumstances of normal equipment wear and tear at no additional charge 3. The contractor shall dispatch a representative that will arrive onsite in response to a service request to repair and/or replace the chill water unit within four (4) hours of notification by NNSY at no additional charge 4. "Per FAR 22.102-1(a) entitled "Safety", Contractors are hereby informed that their employees or representatives present on property under Norfolk Naval Shipyard cognizance must follow Federal and State OSHA requirements and Norfolk Naval Shipyard OSHE Program Manual, NAVSHIPYDNORINST P5090.2 requirements or safety requirements for site specific location of the contract. a. contractors and Non-NNSY Government Agencies (NNGAs) are hereby informed that their employees or representatives present on property under Norfolk Naval Shipyard (NNSY) cognizance must adhere to Federal OSHA requirements for hazardous energy control IAW 29 CFR 1915.89 and must follow Hazardous Energy Control (HEC) procedures as identified in NAVSEA's Occupational Safety, Health, and Environment Corporate Manual (OSHECM) Chapter 250 (latest revision), when performing work under NNSY contract. All HEC work to be performed by Contractors and NNGAs requires that NNSY Technical Points of Contact (TPOCs) and/or Contracting Officer's Representatives (CORs) be notified of the HEC scope of work prior to starting work. Any changes or deviations in the initial scope of HEC work requires the NNSY TPOCs and/or CORs be informed of the change/deviation. Appendix 250.B-1 through B-3 of OSHECM Chapter 250 for multiple employer work identifies when Contractors and NNGAs are required to assign their Lockout/Tags-Plus Coordinator (LOTC) to coordinate HEC work with the cognizant NNSY LOTC. HEC locks shall be provided by the contractor or NNGA for their employees use. The HEC locks shall have red bodies with name labels or name tags affixed, identifying who installed the HEC lock(s) and a point of contact telephone number. HEC lock name lables and tags must be made of materials that will hold up to the environment to which they are exposed. HEC tags used for Tags-Plus HEC work shall be provided by the cognizant NNSY LOTC to the contractor or NNGA for their use if machinery, equipment, or systems (MES) cannot be locked out. OSHECM Chapter 250 Tags-Plus procedures will be strictly followed. b. Contractors and NNGA's may obtain electronic copies of OSHECM Chapter 250 (latest revision) and access the OSHA 1915.89 web site by using the following link to NNSY's public access web site: http://www.navsea.navy.mil/shipyards/norfolk/default.aspx c. Names and contact information for NNSY LOTCs and/or the Facility Custodian will be provided by NNSY TPOC and/or CORs set forth elsewhere in this award document." 5. When the equipment is required to be removed to the contractor's facility for repair or replacement, the contractor shall be responsible for loss or damage from the time it leaves the government site until it is returned to the government. 6. Clean the Chill Water Unit prior to delivery to the following requirements: a. Chill Water Unit shall be cleaned to a degree of cleanliness that results in a surface free of grease, oil, flux, scale, dirt loose particles and any other matter foreign to the base metal. Adherent light superficial rust on steel surfaces, caused by short time exposure to the atmosphere, is acceptable. b. For uncoated surfaces: Adherent corrosion products typical on surfaces of the type material being considered (e. g. flash rust on steel) are acceptable. Loose corrosion products are not acceptable and must be removed. GOVERNMENT RESPONSIBILITY: 1. Provide operators 2. Perform basic maintenance a. Monitor all gauges 3. Equipment movements within the shipyard 4. Lost items and equipment damage beyond normal wear and tear NOTES: 1. New or used equipment may be provided. NNSY reserves the right to inspect the proposed equipment prior to contract award. 2. The Chill Water Unit will be exposed to everyday weather, and saltwater air. It is the contractor's responsibility to provide any protective coverings for the unit. 3. The government reserves the right to return one or all units at any time prior to the expiration of the rental period. The contractor agrees to prorate costs for the time the units are in use by NNSY only. The government agrees to give the contractor twenty-four (24) hours notice for return of units prior to expiration of rental period. Requirements for Lifting of Equipment 1. The equipment shall be outfitted with suitable attachments for overhead lifting. 1.1. For multiple point lifts each lifting attachment shall be capable of supporting one half the gross weight of the equipment with a design factor of five to one based on ultimate strength. For single point lifts the lifting attachment shall be capable of supporting the gross weight of the equipment with a design factor of five to one based on ultimate strength. 1.2. For multiple point lifts each lifting attachment shall be designed to accept a standard anchor shackle (Federal Specification RR-C-271D, type IVA) which is capable of supporting one half the gross weight of the equipment. For single point lifts the lifting attachment shall be designed to accept a standard anchor shackle (Federal Specification RR-C-271D, type IVA) which is capable of supporting the gross weight of the equipment. 1.3. Design of the lifting attachments shall be such that the attachments and shackles are not side loaded more than 10° out of the plane. Lifting attachments shall be located such that the lifting slings do not contact the equipment, or alternatively a spreader beam certified to NAVFAC P-307 shall be provided. Whenever practical, the lifting attachments shall be located above the center of gravity, and such that the lifting slings do not contact the equipment housings. 1.4. Each lifting attachment shall be conspicuously marked in a contrasting color "Lift Here". Letters shall have a minimum height of 1". 2. The equipment shall be marked in a prominent location with the gross weight. Sand hoppers, tubs, or other containers that may contain material shall be marked with the empty and full weight (or alternatively the empty weight and working load limit). Marking shall be upper case letters of a contrasting color, with a minimum height of 1". Marking shall include the units (i.e. "pounds", "long tons", etc.). 3. The equipment shall be provided with a lifting sketch / rigging diagram that meets the requirements of enclosure (1). 3.1. The lifting sketch shall detail any specific requirements and / or configurations that must be meet prior to lifting (i.e. "engage swing lock", "Tilt mast back fully", "Rotate lifting basket over side", "Utilize 10' minimum length slings", "Spreader beam required", etc.). 3.2. The lifting sketch shall include the location of the center of gravity of the equipment (full fuel, hydraulic tanks, etc.), equipment model/manufacturer, and gross weight. 3.3. A copy of the lifting sketch shall be permanently posted on the equipment, and a copy shall be forwarded to Code 714 (396-3345, 3346). 4. If specialized handling gear other than shackles, standard slings, or chain falls (i.e. spreader beams, special lift rigs, etc.) is required, the contractor shall furnish it. This handling gear shall be provided certified in accordance with NAVFAC P-307, with written documentation of proof testing. ATTACHMENT B TECHNICAL CAPABILITY CERTIFICATIONS Vendor shall certify for each piece of equipment being quoted that his product meets or does not meet each capability listed below by initialing in the applicable YES or NO box beside each capability. In order to be considered for award, the below table(s) must be completed for each piece of equipment being quoted in its entirety and submitted with your quote. Technical Capabilities for Item No. 1, Chill Water Unit YES NO Chill Water Unit must be 60 ton min and 65 ton max capacity Air Cooled 460/480(V), (1) 400 Amp (maximum) Breaker with a male 500 mcm Kamlock fitting Single 150 GPM Circulating Pump (minimum). Must be capable of operating 24 Hours a day Seven (7) Days a Week Must be able to supply a minimum of 150 GPM at a minimum of 80 Feet of Head Unit must have 2 inlet and 2 outlet connections. Inlet and Outlet of Unit to be 2-1/2" Male NPT Unit must be a complete system, if pump is separate; vendor will provide all piping/valves/fittings as required to couple pump to Chill Water Unit. Unit must be capable of operating in an industrial environment where dust, dirt, and sea air are present Equipment to have weight stenciled on it Equipment to have padeyes for crane movement Unit must be free standing and have forklift slots (capable of being moved with a forklift). Unit to be equipped with Inlet and Outlet Temperature Gages Unit to be equipped with Flow Indicating Device. Evaporator must be capable of delivering a leaving temp of less than 40 F. Condenser must be capable of operating in a wide ambient temperature range (0-125 F)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189-14-T-N002/listing.html)
 
Place of Performance
Address: NUCLEAR POWER TRAINING UNIT (NPTU), GOOSE CREEK, GOOSE CREEK, South Carolina, 29445-8612, United States
Zip Code: 29445-8612
 
Record
SN03209354-W 20131003/131001234741-9b13e7602a7d26b6038b2c50dc735f7c (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.