SOLICITATION NOTICE
43 -- Rental of UHP water jet pump
- Notice Date
- 6/2/2006
- Notice Type
- Solicitation Notice
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000
- ZIP Code
- 23709-5000
- Solicitation Number
- N00181-06-Q-0252
- Response Due
- 6/9/2006
- Archive Date
- 6/24/2006
- Description
- This is a combined synopsis/solicitation 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 and is being processed as an unrestricted requirement. A separate written solicitation will not be issued. Solicitation N00181-06-Q-0252 applies and quotations are being requested. The applicable NAICS is 333911 with a small business size standard of 500 employees. FISC- NNSY Maritime Industrial Branch, Hampton Roads Division, Contracting Department proposes to award a firm fixed-price contract for rental of one (1) 40,000 PSI, 3.0 GPM UHP electric water jet pump to support Government owned rotary, open-cycle water jet lance. ALL OFFERS SUBMITTED SHALL BE ACCOMPANIED BY SPECIFICATION LITERATURE ADEQUATE TO PERFORM A THOROUGH TECHNICAL EVALUATION OF EQUIPMENT OFFERED. FAILURE TO PROVIDE NECESSARY DATA FOR EVALUATION MAY RESULT IN AN OFFER BEING DEEMED AS NON-RESPONSIVE. 1. RENTAL REQUIREMENTS 1.1. Point of Contact (POC). To be identified in award 1.2. Ship/Project. To be identified in award 1.3. Job Title/Work Item Description. Hydroblast Pump Rental 1.4. Est. Start Date: 06/15/06 (or as soon as possible upon award) 1.5. Est. Max. Rental Duration: 12-months, with option of second 12-months 1.6. Delivery Destination (Project/Ship To): To be identified in award 2. GENERAL REQUIREMENTS 2.1. Equipment Construction and Design: 2.2. 440 volt 3 ph Electric when new facility is completed at bldg #1499. Electric design features include: skid-mounted with forklift slots (6?W x 2.5H min), low center of gravity, under 10000 lb unit weight. 3. WATER BLAST EQUIPMENT 3.1. Pump, Wa ter Jet, Ultrahigh-Pressure (UHP-WJ) 3.2. Capacity, Pressure at given Flow rate (psi/gpm): 3.2.1 40,000/3.0 3.3. Mfg. Ref./Part No.: NLB Corp, Ultra-Clean 40? 4075D, or equal 3.4. Provisions: 3.4.1. Government shall provide air and water supply hose, rotary gun lance, hose and fittings, as required. 4. RENTAL SPECIFICATIONS 4.1. Rental Terms 4.1.1. The Government reserves the right to return one or all units at any time after the minimum rental period. The Vendor agrees to prorate costs for the time the units are in use by NNSY only. The Government agrees to give the Vendor twenty-four (24) hours notice for return of the units prior to expiration of the estimated rental period. 4.1.2. The Vendor shall deliver and remove all rental equipment to the job site. 4.2. Equipment Condition and Maintenance 4.2.1. New equipment to be provided. Government reserves the right to inspect the proposed equipment prior to contract award. Equipment shall be clean and ready for issue. 4.2.2. The rental equipment will be used for industrial applications. The units will be located in an area where grit exposure will be minimized, but not completely eliminated. The units will be exposed to everyday weather, grit, paint, and saltwater air. It is the Vendor's responsibility to provide any protective coverings for the equipment. 4.2.3. Provide all parts requiring repair or replacement under circumstances of normal equipment wear and tear at no additional charge. 4.2.4. In the event any equipment is required to be removed to the Vendor's facility for repair or replacement, the Vendor shall be responsible for loss or damage from the time the equipment leaves the Government site until it is returned to the Government. The repaired/replaced equipment shall be returned to the Government site within 24 hours. 4.2.5. Vendor shall provide information with respect to equipment utility requirements. This includes electrical power, fuel, compressed air, water, or steam service. 4.3. . Vendor Service 4.3.1. Rental includes delivery, set-up, start-up training and maintenance checks, as required by manufacturer. 4.3.2. Start-up of equipment by Vendor is required. If customer chooses to start equipment without vendor assistance a Release Waiver must be signed and any costs incurred for repair, adjustment or calibration as a result will be charged to Government. 4.3.3. The Vendor shall respond to a service request to repair and/or replace the equipment within twenty-four (24) hours of notification by NNSY at no additional charge. 4.3.4. The Vendor shall provide service technicians to provide on-site installation/startup assistance, operator training, and technical support for the rental equipment. 4.3.5. The Vendor must provide unlimited technical support via phone for the duration of the rental period. 4.3.6. Vendor shall provide at least four (4) hours of operator training on use and operation of the equipment. 4.3.7. Vendor shall provide operating instructions and maintenance manuals for all equipment provided, upon request. 4.4. . Government Care / Government Responsibility 4.4.1. Crane or forklift for loading and unloading of equipment is the responsibility of the Government. 4.4.2. Fuel, power supply and electrical connections shall be supplied by the Government. If generator is required, Government is responsible for changing oil and fuel filters in generator every 250 hrs of operation. 4.4.3. Government shall be responsible for providing operators, for performing basic prescribed routine maintenance (maintain oil/fuel, monitor fluid levels and gauges, periodic lubrication of linkages), for equipment movements within the shipyard, and for lost items and equipment damaged beyond normal wear and tear. 4.4.4. The Government agrees to return the equipment to Vendor in as good condition as it was received by Vendor, normal wear and tear excepted. The Government shall be responsible for any lost items and equipment damage, beyond normal wear and tear, caused by the negligence or carelessness of the Government or its employees. 4.4.5. The Technical Point of Contact (TPOC)shall contact the Contracting Officer for approval or resolution of any issues which may arise with respects to these terms. Pricing structures shall provide a monthly rental charge and shall clearly indicate shift differentials (daily, weekly and monthly) if applicable. . For the purposes of this requirement, a month shall be equal to thirty (30) calendar days. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 05-09 and the latest Defense Federal Acquisition Regulation Supplement. The following apply: FAR 52.212-1, 52.212-2, 52.212-4, 52.212-5 (incorporating 52.203-6; 52.219-8; 52.219-14; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-19; 52.225-13; 52.232-33) ADDENDA: FAR 52.203-6; DFAR 252.212-7001 (invoking 252.225-7001) IMPORTANT NOTICE: DFARS 252.2094-7004 Required Central Contractor Registration (CCR) applies to this procurement. Please ensure compliance with this regulation prior to submittal of your quotation. Lack of registration in the CCR database may make a contractor ineligible for award. Info can be obtained @ http: www.ccr.gov or 1-888-227-2422. Offers shall be evaluated for fair and reasonable prices, technical acceptability, adherence to applicable clauses/provisions, required delivery schedule and a satisfactory past performance record. Parties responding to this solicitation may submit their quotation in accordance with their standard commercial practice (e.g. company letterhead, formal quote form etc) but MUST include the following information: 1) Complete company name, mailing and remittance addresses 2) Prompt payment terms 3) Delivery schedule 4) Taxpayer ID number 5) ALL COMPLETED CERTIFICATIONS AS REQUIRED HEREIN - SPECIFICALLY THOSE FOUND IN 52.212-3. All deliverables shall be FOB Destination, Norfolk Naval Shipyard, Portsmouth, VA. All quotations must be received by this office NLT 4:30 PM (Local Time), 09 Jun 2006. Responses to this RFQ shall be addressed to Karen England, Code 532.1G and shall either be express mailed to FISC NNSY Annex, Code 532.1G, Bldg 1500, Portsmouth, VA 23709-5000, or e-mailed to englandkl@nnsy.navy.mil. ALL QUESTIONS RELATING TO THIS REQUIREMENT MUST BE SUBMITTED IN WRITING PRIOR TO THE DATE AND TIME ESTABLISHED FOR RECEIPT OF QUOTATIONS. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED.
- Place of Performance
- Address: Portsmouth, VA
- Zip Code: 23709
- Zip Code: 23709
- Record
- SN01061794-W 20060604/060602221401 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |