SOLICITATION NOTICE
36 -- Heavy Equipment Maintenance Service Modules, Field and Mobile
- Notice Date
- 2/5/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command, Contracts Office, Port Hueneme, 3502 Goodspeed Street, Suite 2 Building 41, Port Hueneme, CA, 92043-4306
- ZIP Code
- 92043-4306
- Solicitation Number
- N47408-03-T-0416
- Response Due
- 2/20/2003
- Point of Contact
- Maria Nailat, Contract Specialist, Phone 805-982-5092, Fax 805-982-4540, - Kris Slaton, Contracting Officer, Phone 805-982-5056, Fax 805-982-4540,
- E-Mail Address
-
NailatMC@cbchue.navfac.navy.mil, SlatonKE@cbchue.navfac.navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This procurement is for eight (8) Heavy Equipment Maintenance Service Modules for fluid changes of motor oil, hydraulic oil and antifreeze (four of the Service Modules must be field transportable, skid-mounted to service heavy equipment in deployed conditions and four (4) Service Modules must be mobile to service heavy equipment in the field. All Service Modules must be sized to take advantage of bulk fluid availability). The Service Modules shall be capable of quickly evacuating used fluids from vehicles and oil filters, and storing fluids and filters onboard the unit for later disposal. The Service Module must have storage capacity for new fluids and means by which to quickly transfer them to the vehicle. All fluid changes and transfers shall be made efficiently, easily, safely, and environmentally clean. System design shall emphasize a simple, straightforward approach to fluid changes; making them more efficient, easy, safe, and environmentally clean, while minimizing maintenance requirements of the Service Modules themselves. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitute the only solicitation; proposals are being requested and a written solicitation will not be issued. N47408-03-T-0416 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 97.19 and issued in accordance with FAR 13.5. This procurement is set-aside for Small Business; NAICS Code is 333319 and the small business standard is 500 or less employees. Delivery will be F.O.B. Destination to CBC GULFPORT, PWC Department CBC Code 410.2, 2401 Upper-Nixon Avenue, Gulfport MS, 39501, UIC number N62604, Environmental/Recycling Program, CLIN 0001: QUANTITY (4 EACH); DESCRIPTION: Heavy Equipment Maintenance Service Modules, Field Transportable, Skid-Mounted shall be equivalent or similar to Sage Oil-VAC System, Model 250S, and equipments minimum requirement, shall consist of the following: Two (2) 250-gallon tanks for new and used oil; Two (2) 125-gallon tanks for new and used antifreeze; All tanks shall be ASME rated and epoxy-coated; the frame shall be constructed using a minimum 6 inches channel for heavy-duty use, with forklift access from both sides and ends; the overall frame dimensions shall not exceed 76 inches width x 132 inches length; fluid changes shall be assisted using a mounted air compressor / diesel engine combination; four (4) Transfer hoses 20 feet length x 1 inch; one (1) mounted used filter receptacle; Commercial quality fluid meter; Equipment to allow on-engine fluid evacuation of the oil filter. CLIN 0002: QUANTITY (2 EACH); DESCRIPTION: Heavy Equipment Maintenance Service Modules, Mobile, shall be equivalent or similar to Sage Oil-VAC System, Model 02125S Custom, equipments minimum requirement, shall consist of the following: Trailer frame shall be constructed using a minimum 6 inches steel channel for heavy-duty use, rubber torsion tandem axles, electric brakes, approximate 7 inches x 15 inches 10 ply tires mounted on steel wheels, Bull dog jack, Pintle hitch, wired with running lights that meet DOT inspection, overall trailer dimensions shall not exceed 60 inches width x 210 inches length; Two (2) 125-gallon tanks for new and used oil; Two (2) 60-gallon tanks for new and used antifreeze/water mixture; Two (2) 60-gallon tanks for new and used hydraulic oil; All tanks shall be ASME rated and epoxy-coated; Two (2) Transfer hoses 20 feet length x 1 inch; Four (4) Transfer hoses 20 feet length x one half (1 /2) inch, oil resistant; One (1) mounted Used filter receptacle, capable of holding a minimum of 18 filters; Equipment to allow on-engine fluid evacuation of the oil filter; Fluid changes shall be assisted using a mounted air compressor / diesel engine combination; Three (3) Commercial quality fluid meter. CLIN 0003: QUANTITY (2 EACH); DESCRIPTION: Heavy Equipment Maintenance Service Modules, Mobile shall be equivalent or similar to Sage Oil-VAC System, Model 02250S, equipments minimum requirement, shall consist of the following: Trailer frame shall be constructed using a minimum 6 inches steel channel for heavy-duty use, rubber torsion tandem axles, electric brakes, approximate 7 inches x 15 inches 10 ply tires mounted on steel wheels, Bull dog jack, Pintle hitch, wired with running lights that meet DOT inspection, overall trailer dimensions shall not exceed 60 inches width x 240 inches length; Two (2) 250-gallon tanks for new and used oil; Two (2) 80-gallon tanks for new and used antifreeze/water mixture; Two (2) 80-gallon tanks for new and used hydraulic oil; All tanks shall be ASME rated and epoxy-coated; Two (2) Transfer hoses 20 feet length x 1 inch, oil resistant; Four (4) Transfer hoses 20 feet length x one half (1 /2) inch, oil resistant; One (1) mounted Used filter receptacle, capable of holding a minimum of 18 filters; Equipment to allow on-engine fluid evacuation of the oil filter; Fluid changes shall be assisted using a mounted air compressor / diesel engine combination; Air powered grease pump system; 50 feet length x one fourth inches high pressure grease hose and reel; 50 feet length x three eight (3 /8) inches compressed air hose and reel; 2-lamp 12-volt telescopic work light; Three (3) Commercial quality fluid meter. The contractor shall provide onsite training no later than 1 week after units have been delivered to CBC Gulfport. The contractor shall provide Two (2) Operation & Maintenance Manuals with each unit to the end-user, CBC Gulfport. An additional copy for each unit shall be provided to the following location: Naval Facilities Engineering Service Center Attn. Dan Bojorquez ESC423 1100 23rd Avenue Port Hueneme, CA 93043-4370. The contractor shall include manufacturers warranty for one (1) Year for Parts and Labor commencing after the complete installation. Required delivery date specified site is 30 May 2003. Offerors are required to submit catalog cut sheets, technical data or other written material specifications for all items proposed to be furnished. FAR Provisions 52.252-2, 52.212-1 and 52.212-2, Evaluation-Commercial Items applies. Evaluation criteria will be Lowest priced technically acceptable item. Additionally, vendor having manufactured equipment of this type for the specified application for a minimum of 5-years, technical merit, and cost. Offerors are to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies as well as FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses cited in 52.212-5 apply: 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13 and 52.232-33. The following DFAR clauses applies: 252.204-7004, 252.225-7000, 252.225-7001, and 252.225-7004. The web site address for electronically accessing the FAR and DFAR clauses is http://www.arnet.gov/far . The Request for Quotation (RFQ) number is N47408-03-T-0416. Quotes are due NLT Febuary 20, 2003, 2:00 p.m. (PST). Submit quotes to Naval Facilities Institute, NAVFACCO Code NF20, Attn: Maria Nailat, 3502 Goodspeed St., Ste. 2, Port Hueneme, CA 93043-4337. Refer any questions to Maria Nailat at (805) 982-5092 or her alternate as listed below.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N47408/N47408-03-T-0416/listing.html)
- Place of Performance
- Address: Contractor's Facility
- Zip Code: TBD
- Country: US
- Zip Code: TBD
- Record
- SN00254342-F 20030207/030205221637 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |