COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 30, 2001 PSA #2988
SOLICITATIONS
20 -- CAPSTAN FOR THE DEEP SUBMERGENCE UNIT AT NAS NORTH ISLAND CA.
- Notice Date
- November 28, 2001
- Contracting Office
- 937 North Harbor Drive, San Diego CA 92132-0212
- ZIP Code
- 92132-0212
- Solicitation Number
- N00244-02-T-0172
- Response Due
- December 13, 2001
- Point of Contact
- Contract Specialist @619-532-2588; FAX 619-532-2347
- Description
- IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr2000.com/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number / RFQ N00244-02-T-0172 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01 and DFAR Change Notices effective through 10/01/01. The standard industrial code is 3531 (NAICS 333923), and the business size standard is 750 employees. The agency need is for a capstan for the Deep Submergence Unit at North Island CA. This requirement is for a fixed priced contract. Quotes will be accepted on a "Brand Name or Equal" basis. The following brand name products are known to be acceptable: 1) Schoellhorn-Albrecht Machine Co. Inc., mdl. SA2425-20E The following salient characteristics are CRITICAL / ESSENTIAL to the Government -- an above the deck mounted capstan with a two speed reversible electric drive providing approximately 22,000 LBS. running pull at 30 FPM or 11,000 LBS. running pull at 15 FPM. The unit shall have a 100,000 LB. Note: the customer has asked for a unit with less of an amperage draw to 30 amps or below. They have opted to use a current sensing monitor which will shut-off the capstan if the amperage draw becomes too large. After this the capstan can be reset and restarted. The unit must have 20 / 10 HP marine duty electric motor operating at 460 V / 60 Hz / 3 PH, 1200 / 600 RPM, 356 C-face frame, TENV, 30 minute duty cycle. Motor shall have an electric brake rated for 150% of operating torque (similar to Sterns). Brake shall be spring set / electrically released disc operated. Both motor and brake have integral electric heaters. Full voltage motor starter and controller in NEMA 4X, gasketed, stainless steel enclosure with removable cover and 50 watt heater. Unit shall include a stand-alone (loose) power cord approximately 15'long with NEMA rated pin and sleeve plug for connecting to generator. Unit shall also include a current monitoring switch that will shut-off capstan at or below 30 amps. NEMA 4X stainless steel pushbutton control with 15' pendant and MIL-C-5015 connections. Fabricated structural steel foundation in ASTM A36 construction for bolt / weld attachment to ship. Cast steel 24" dia. Barrel x 25" high. Marine grade coating system consisting of one (1) coat inorganic zinc primer and two (2) finish coats of industrial epoxy. All items shall be blasted to SSPC SP10 prior to coating. Approximate weight 4000 Lbs. All items are to be delivered to: NAB North Island CA. The provision at FAR 52.212 -1, Instructions to Offerors -- Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. 52.232-18, Availability of Funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; and FAR 52.211-6, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications -- Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. In addition NAVSUP 5252.215-9402, Notice to Prospective Offerors, and 5252.215-9403, Additional Evaluation Factors -- Contractor Evaluation System, Red / Yellow / Green Program applies. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time, 12-13-01, and will be accepted via fax (619-532-2347) or via e-mail (jessica_e_dunker@sd.fisc.navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note #1.
- Web Link
- click here to download a hard copy of the RFQ (http://www.neco.navy.mil)
- Record
- Loren Data Corp. 20011130/20SOL001.HTM (D-332 SN5138Z6)
| 20 - Ships and Marine Equipment Index
|
Issue Index |
Created on November 29, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|