Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOLICITATION NOTICE

W -- 1050 CFM Air Compressor, Oil-Free (Diesel) with Air Dryer

Notice Date
3/8/2018
 
Notice Type
Presolicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Norfolk Naval Shipyard - N42158, Norfolk, Virginia, 23709-5000, United States
 
ZIP Code
23709-5000
 
Solicitation Number
N4215818TN057
 
Archive Date
4/3/2018
 
Point of Contact
Cheron R. Bright, Phone: 7573744216
 
E-Mail Address
cheron.bright@navy.mil
(cheron.bright@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: Naval Sea Systems Command (NAVSEA), Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract, to provide Rental services for two (2) EA 1050 CFM Air Compressors, Oil-Free (Diesel) with Air Dryer within the Statement of Work. The required items are for commercial services prepared in accordance with the information in FAR Part 12 (Acquisition of Commercial Items) and FAR Part 13.5 (Simplified Procedures for Certain Commercial Items), as supplemented with the additional information included in this notice. The requirement will be solicited using total small business set-aside. The NAICS code applicable to this procurement is 532490, Equipment Related Services with a size standard of 32.5 million dollars. The Product Service Code is W043. The subject requirement is in support of the Norfolk Naval Shipyard's (NNSY) USS Wyoming Project, Code 917. This requirement is to provide Rental services for two (2) EA 1050 CFM Air Compressors, Oil-Free (Diesel) with Air Dryer. General Specifications include: •· 1,050 CFM Oil Free (Diesel) Air Compressor shall be constructed per ASME Section VIII Division 1 •· 1,050 CFM Oil Free (Diesel) Air Compressor shall be manufactured, tested/inspected and certified to be in conformance with the requirements of Unified Facilities Criteria (UFC) 3-430-07, 24 July 2003 including Change1, Change 2, and Change3, May 2007. •· Air Compressor 1050 CFM @ v125 PSIG, Electric, Oil Free •· Air cooled •· Air outlet: 3" with GB38 Hose Fitting •· Diesel powered 460V 3 Phase 60 HZ; Full load cannot exceed 350 Amps operating on one 400 Amp Circuit •· Electrical Panel in NEMA enclosure with lockable disconnect and four (4) 6'-0" long Camlock Cords •· Maximum Dimensions: 17'-8" L x 7'-3" W x 7'-9" H •· Maximum Gross Weight: 15,000 lbs. •· Provided with two (2) 3" diameter x 50'-0" long hoses with Boss fittings and whip checks •· Forklift pockets and four-point certified lift frame required •· Rigging sketch provided. Lifting and Rigging must conform to NAVFAC-P-307 Standards •· Must have gross weight stenciled on four sides •· Air Dryer shall be provided with the compressor with the following capabilities, features, and specifications Regenerative, heatless, dual desiccant tower Air Dryer 1050 CFM capability •· Diesel powered 115 V 1 Phases 60HZ •· Maximum Weight: 4700 lbs. •· Maximum Dimensions: 9'-0" L x 7'-0" W x 8'-0" H •· Air inlet and air outlet connectors are 3" Boss •· Provides -40 degrees Fahrenheit or -100 degrees Fahrenheit dew point •· Electrical Panel in NEMA enclosure with lockable disconnect and Camlock Cords •· Particulate pre-filter and oil removal filter with automatic drain and pressure differential gauge for filters •· One Micron after filter with pressure differential gauge •· All equipment and filters must be mounted on unit •· Forklift pockets and four-point certified lift frame required •· Rigging sketch provided. Lifting and Rigging must conform to NAVFAC-P-307 Standards •· Must have gross weight stenciled on four sides The one-year base period of performance for this acquisition is anticipated to begin on 21 March 2018. The contract will also contain one (1) one-year option period. The total anticipated contract period of performance is two years. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form. The solicitation is not yet available. Once available, the solicitation will be posted to this site Federal Business Opportunities (FEDBIZOPPS), https://www.fedbizopps.gov. The solicitation is expected to be available approximately 13 March 2018. Solicitation N42158-18-T-N057 and subsequent amendments will be posted to this website (FEDBIZOPPs.gov). Prospective Offeror's are responsible for downloading their own copy of the solicitation and for frequently monitoring the FEDBIZOPPs website for solicitation amendments. The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at FEDBIZOPPs on the interested vendor list under N42158-18-T-N057. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. Offeror's must also be registered in the System for Award Management in order to participate in this procurement at http://www.sam.gov. All responsible sources may submit a proposal which shall be considered by the Government. By submitting a proposal, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All RFP questions shall be submitted in accordance with the solicitation, Section L, dates and procedures. Please direct all questions regarding this requirement to Cheron Bright, Contract Specialist at cheron.bright@navy.mil and Valerie Moore, Contracting Officer at valerie.moore@navy.mil. Contracting Office Address: Non-Nuclear Services Branch Norfolk Naval Shipyard Bldg. 1500, 2nd Floor Portsmouth, VA 23709-5000 Place of Performance: Contractor's Facility Primary Point of Contact: Cheron Bright, CONTRACT SPECIALIST cheron.bright@navy.mil Phone: 757-374-4216 Secondary Point of Contact: Valerie Moore, Contracting Officer 9692 valerie.moore@navy.mil Phone: 7573969829
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f23613f2cf58f0c28d1b65fe928cd78c)
 
Place of Performance
Address: DRY DOCK NO. 4, Norfolk Naval Shipyard (NNSY), Portsmouth, Virginia, 23709, United States
Zip Code: 23709
 
Record
SN04847948-W 20180310/180308231524-f23613f2cf58f0c28d1b65fe928cd78c (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.