|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 6,1998 PSA#2067Fleet and Industrial Supply Center, Puget Sound, Bldg 467 W Street,
Code 200 Bid Desk, Bremerton, WA 98314-0051 J -- REFURBISHMENT SERVICE SOL 98082-9891 DUE 041798 POC E. Lee
Gudgell (360)476-7082 fax (360)476-3316 WEB: Contains links to various
commands and references that may be helpful in completion of this
solicitation., http://www.puget.fisc.navy.mil. E-MAIL: Contracting
Officer Lee Gudgell, lee_gudgell@puget.fisc.navy.mil. To refurbish a
government-owned Drop Forge Hammer No 14. Die Forger, Serial Number to
be provided upon award, that is currently located at Philadelphia
Naval Shipyard. The unit is to be shipped to contractor's facility for
refurbishment, tested, and return shipped to Puget Sound Naval
Shipyard, Bremerton, WA, Bldg 59. Performance and component
requirements: The contractor shall provide the refurbished Drop Forge
Hammer on-site at Puget Sound Naval Shipyard, Bldg 59, in Bremerton,
WA. The Forge Hammer, including its individual components, shall comply
with the National Fire Protection Agency (NFPA) 70 and 79, and conform
to the following: OSHA Approval -- the equipment specified herein
shall be refurbished and/or modified to render it in full compliance
with the applicable OSHA regulations and be listed by one of the
OSHA-accredited laboratories or approved in accordance with Code of
Federal Regulations (CFR) Title 29, Chapter XVII, Part 1910 and
installed in accordance with applicable NEC/NFPA requirements. Approval
shall be as specified under the "Approval" and "Acceptance" criteria in
OSHA regulations Subpart "O", Machinery and Machine Guarding, para
1010.212 and Subpart "S", Electrical, para 1910.303 and para 1910.399.
ENERGY ISOLATING DEVICES: The equipment shall be provided with energy
isolation devices (i.e., power switches, safety switches, circuit
breakers, valves, etc.) to protect personnel from hazardous energy. The
devices shall be designed and manufactured such that the devices can be
padlocked in the user selection position (ON/OFF) to prevent
inadvertent or unauthorized change. Panelboards: At the panelboard(s),
all circuit breakers within the panelboard shall be either installed
with "padlock handle attachment(s)" with the new panelboard or
individual circuit breakers for the affected equipment being repaired
will be upgrade with "padlock handle attachment(s)", in order to comply
with 29 CFR 1910.147 in that the installer shall obtain from the
manufacturer of that panelboard, a designed "padlock handle attachment"
device which is integral to the panel board. Personnel Safety and
Health Requirements: All machine parts, components, mechanisms, and
assemblies furnished on the unit shall comply with all specific
requirements of "OSHA Safety and Health Standard (29 CFR 1910), General
Industry" that are applicable to the equipment itself. Physical
Barriers: Covers, platforms, guard rails, belt guards and other safety
devices shall be provided for all parts of the equipment that present
a safety hazard. Safety devices shall prevent unintentional contact
with the guarded part, but shall not interfere with the operation of
the equipment. Safety devices shall be removable to facilitate
inspection, maintenance, and repair of the part. The contractor shall
be responsible for providing and performing the following: 1. Receive
#14 Die Forger, from Philadelphia Naval Shipyard. 2. Replace the
following missing parts: a. Instruction Bulletin, p/n 9999, qty 2 b.
Pad, p/n 317, qty 2 c. Muffler with flange, 737, nuts, bolts and
washers, p/n 726, qty 1 d. Lubricator switch (price/run), p/n 9610, qty
1 e. Inlet valve override switch with key, p/n 9607, qty 1 f. Shock
isolation pad system, unit 8800, qty 1 3. Updates to be included: a.
Striking air valve unit (described by Ceco Service Digest DF-15) b.
Ashcroft pressure transducers, p/n 9222, qty 1 c. Blow counter,
cumulative count to 99,999,999 qty 1 d. Allen Bradley controller, p/n
Model 400, qty 1 e. Install safety cable per Ceco-Service Digest DF-18
4. Clean and test machine at contractor's facility: a. To have the
complete Hammer shipped to Chambersburg, PA facility so that machine
surfaces can be cleaned of the rust, the machine is outfitted with the
updates, and missing parts replaced. b. To have the machine erected
and tested to ensure all components are functional and meet original
specifications. c. The machine shall be disassembled, painted,
prepared, and shipped to PSNS. The Government shall be responsible for
providing and performing shipment from Philadelphia shipyard to
contractor's facility, prepare site for new forge Hammer at Puget Sound
Naval Shipyard Bremerton, and to receive/assemble/install forge hammer.
To be negotiated on an other than full and open competition basis in
accordance with 10 USC 2304(c)(1) with Chambersburg Engineering
Company, 150 Derbyshire St, P.O. Box V, Chambersburg, PA 1701-0802. To
be procured under Simplified Acquisition Procedures. RYG Program is
applicable to the requirement. The Government does not hold any of the
specifications or drawings. Intended source is Chambersburg
Engineering Co. This notice constitutes a complete Request for
Quotation (RFQ). No additional RFQ is available. Quotes may be mailed
to FISC Puget Sound, Code 204.30, 467 W Street, Bremerton, WA
98314-5100, or emailed to lee_gudgell@puget.fisc.navy.mil or fax to
(360) 476-3316. Solicitation number must be cited in either case. The
quote must contain a certification that the offeror is a large, small,
small-disadvantaged, or small woman-owned business; be FOB
destination; include proposed delivery schedule and discount/payment
terms; warranty duration (if applicable); and be signed by an
authorized company representative. Offeror should include Taxpayer
Identification Number (TIN), DUN & Bradstreet Number (DUNS), CAGE Code
and Remit To address. QUOTES ARE DUE BY 4:00 P.M. PACIFIC STANDARD
TIME, RESPONSE DATE LISTED ABOVE. (0092) Loren Data Corp. http://www.ld.com (SYN# 0043 19980406\J-0008.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|