|
COMMERCE BUSINESS DAILY ISSUE OF MAY 1,2000 PSA#2590Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex,
Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000 25 -- FLOOR MOUNTED STATIONARY CABLE WINDER SOL N00181-00-Q-0510 DUE
050500 POC Karen England (757) 396-8372 E-MAIL: Click here to contac
the Contracting Officer, englandkl@nnsy.navy.mil. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
FAR 13 with the format in Subpart 12.6 as supplemented with additional
information included in this notice. This announcement constitutes the
ONLY solicitation A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED.
Solicitation number N00181-00-Q-0510 applies and quotations are being
requested. The solicitation document and incorporated provisions and
clauses are those in effect through Federal Acquisition Circular 97-17
and the Defense Federal Acquisition Regulations Supplement 1998 Ed.
The Standard Industrial Code is 3559 with a small business size
standard of 500 employees. This requirement is 100% set-aside for small
business concerns. Norfolk Naval Shipyard requires one (1)each power
driven, heavy-duty, floor mounted, stationary cable winder. ORDERING
DATA: 1)Capableof handling cable reels from 36 inches to 96 inches
diameter; 2)Hydraulically adjustable reel support arms accept reel
widths from 20 inches to 62 inches; 3)Supports a max. reel weight of 7
tons w/ability to lift and lower 7 ton reel; 4) Force on reel to be
infinitely variable 50,000 lbs of line pull on a 24-inch drum; 5)Reel
speed to be infinitely variable between from 0 to 40 rpms in high
range, 0 to 20 rpms in low range: 6)Reel to be supported by 2-1/2 inch
pintle stud arbors; 7)Reel drive is to be to the face of the reel
flanges via drive pin holes; 8)Reel drive arm to have radially floating
drive pin; 9) Direction of rotation and free wheeling control for the
drives are to be in both support arms; 10)Control station for loading
and unloading reels are to be in both support arms: 11)Cable tension
control and the control to lift or lower reels are to be in both
support arms: 12) Main control enclosures are to be mounted at the back
of the unit inclusive of the main disconnect, speed potentiometers,
run/load, forward/reverse and emergency stop control; 13) Control knob
shall be provided on the right side of the hydraulic reservoir,
permitting selectionof the two (2) basic speed ranges for reel
rotation; 14) Power transmission for the reel to be oil hydrostatic
w/suitable gearing and shall have precise tension control when pulling
and paying out with overload protection; 15) For safe and precise
operations, control pressure system to be biased to the system
pressure; 16) Must have a reel free wheeling mode; 17)Must have a
remote tension control enabling the operator to vary cable tension and
be operable at a min. of six (6) ft from the unit; 18) Reel support
arms shall be prevented from movement by a locking device: 19)
Secondary locking device shall function automatically when the reel I
raised into position; 20) Reel drive must operate at any reel lift
position; 21) Unit must have a closed hydraulic system preventing
contamination associated with an industrial environment; 22) Min. 20 HP
(240/480 VAC, 30 Power) electronic hydraulic drive power unit operating
all reel positioning features and driving the reel; 23) Bolt-down
securing floor flanges system shall be provided which is capable of
securing the unit when pulling 50,000 lbs.; 24) Must be forklift
movable; 25) Unit shall be capable of being lifted by crane utilizing
four lifting slings to a single pick-point without the use of a
spreader beam: 26) Any hardware used for the lifting attachment shall
conform to all original hardware manufacturer's recommendations for
use; 27) 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: 28) Each lifting attachment
shall be designed to accept a standard anchor shackle that is capable
of supporting one-half the gross weight of the equipment: 29) The
designed of the lifting attachment shall be such that the shackles are
not side loaded; 30) Unit shall be marked in prominent location with
gross weight. Marking shall be UPPER CASE, contrasting color, min. 1
inch height and shall include "pounds", Long tons" etc.; 31) Mfr shall
provide a written proof test certification for the lifting
attachments: 32) ALL OFFERS SHALL INCLUDE A LIFTING SKETCH/RIGGING
DIAGRAM; 33) The lifting sketch shall include: location of center of
gravity of equipment (full fuel, hydraulic tanks, etc), equipment
model/manufacturer and gross weight. SPECIAL NOTE: IAW FAR
52.212-1(b)(4), FAILURE TO PROVIDE THE NECESSARY DATA FOR EVALUATION
MAY RESULT IN A CONTRACTOR'S OFFER BEING DEEMED AS NON-RESPONSIVE.
DELIVERY MAY BE A FACTOR OF AWARD. Delivery shall be FOB Destination,
NNSY,Portsmouth, VA 23709-5000, Inspection/Acceptance at destination.
DFARS 252.204-7004 REQUIRED CENTRAL REGISTRATION" APPLIES. Lack of
registration in the CCR database will make an offeror/quoter INELIGIBLE
FOR AWARD. Information can be obtained through Internet @
http://ccr/edi.disa.mil. FAR 52.212-1,Instructions to Offerors
Commercial Items; 52.212-3,Offer 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(52.222-21, 52.222-26,
52.222-35, 52-222-36, 52.222-37 incorporated); ADDENDA:DFAR
252.212-7001, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items with 252.225-7001 applies. A COMPLETED CERTIFICATION
AS REQUIRED BY FAR 52.212-3 SHALL ACCOMPANY ALL RESPONSES TO THIS
SOLICITATION. Offers shall be evaluated for fair and reasonable prices,
technical acceptability, adherence to applicable clauses, provisions,
required delivery and satisfactory past performance record. Parties
responding to this solicitation may submit their quote in accordance
with their standard commercial practices (e.g. company letterhead,
formal quote form, etc) but must include the following information:
1)Complete mailing/remittance address 2)prompt payment discount
3)anticipated delivery 4)Taxpayer ID number 5)All completed
certifications as required herein. All quotations must be received NLT
3:30 PM local time, 05 May 2000. Responses shall be faxed to (757)
396-8503. Numbered Note 1 applies. Posted 04/27/00 (W-SN449315).
(0118) Loren Data Corp. http://www.ld.com (SYN# 0182 20000501\25-0007.SOL)
25 - Vehicular Equipment Components Index Page
|
|