Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 6,1998 PSA#2067

Fleet 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