Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2006 FBO #1838
SOLICITATION NOTICE

W -- DIESEL PUMPSET RENTAL FOR JP-5

Notice Date
12/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00189-07-T-N016
 
Response Due
12/13/2006
 
Archive Date
12/28/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for the supply of commercial items prepared in accordance with Federal Acquisition Regulation, FAR 13 with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation number N00181-07-T-N016 is issued as a request for quotation (RFQ). This requirement is a Total Small Business Set-aside and the applicable NAIC is 532490 with a standard size of $6.5 mil dollars. FISC Norfolk Naval Shipyard anticipates award of a firm-fixed price contract for the following rental: CLIN 0001: Rental of 1 each diesel pumpset for JP-5, in accordance with specifications below. The period of performance shall be 08 Mar 2007 through 07 Dec 2007 to include an option to expire prior to expiration date. CLIN 0002: Rental of 1 each diesel pumpset for JP-5, in accordance with specifications below. The period of performance shall be 08 Mar 2007 through 07 Dec 2007 to include an option to expire prior to expiration date. NOTE: Godwin Dri-prime Model HL80M automatic self priming or Equal is acceptable. GENERAL SPECIFICATIONS: 1. Rental of one (1) diesel powered pump for JP-5 pumping with the following specifications: a) Pump must be diesel powered. b) Pump must provide 150 GPM at 50 PSIG discharge pressure. Limit RPM of motor to 1450 RPM. c) Pump must be able to prime automatically and quickly for suction lifts of up to 28 feet without use of foot valves. d) Pump must have a 60-gallon (minimum) diesel fuel tank. e) Pump must be a separate compact unit mounted on a trailer type chassis with integral fuel tank. The total weight including fluids must be stenciled on the unit. f) Pump must be capable of continuous operation. Normal duty for pump will be to supply JP-5 fuel to ship tanks in an emergency. g) Maximum working pressure of pump unit shall be 50 PSIG. h) Hose connections: 3 inch suction and 2inch discharge (Kamlok). i) Pump unit shall have discharge pressure gage (0 - 100 PSIG minimum). j) Pump unit shall have winterization features such as water jacket heaters and lube oil sump heaters to ensure rapid starting during freezing conditions. k) Provide one 3 inch suction hose with male/female Kamlok end fittings, tested and cleaned for JP-5 oil service. Cover ends with tape to prevent debris from entering hose. 2. Maintenance / Weekly Checks Contractor to visit NNSY pump installation site weekly and perform necessary preventative maintenance and visual checks (fluid levels, gauge, and battery). Pump is to be serviced as required. NNSY is responsible for providing diesel fuel to support pump operation. 3. Provide training for shipyard operators. CONTRACTOR RESPONSIBILTY: 1. Provide all parts requiring repair or replacement under circumstances of normal equipment wear and tear at no additional charge. 2. The contractor shall dispatch a representative in response to a service request to repair and / or replace the pump within 24 hours of notification by NNSY at no additional charge. When the equipment is required to be removed to the contractor's facility for repair or replacement, the contractor shall be responsible for loss or damage from the time it leaves the Government Site until it is returned to the Government. GOVERNMENT RESPONSIBILITY: 1. Provide operators. 2. Perform basic maintenance outside of the weekly site visits by the contractor: a) Monitor oil/fuel levels. b) Monitor all fluid levels (diesel engine and pump). c) Monitor all gauges. d) Periodic lubrication of linkages. 3. Equipment movements. 4. Lost items and equipment damage beyond normal wear and tear. 5. Point of contact for NNSY and certification of invoices will be established in Purchase Order. OPTIONS: Provide options to allow NNSY to continue rental of pump for one month. The Government reserves the right to extend the rental period for an additional one (1) month (30 days). Rental extension may terminate the rental units based on use by NNSY. This charge will be prorated. NOTES: 1. New or used equipment may be provided. NNSY reserves the right to inspect the proposed equipment prior to contract award. 2. Units will be used for pumping JP-5 fuel oil. Units will be located in an area where they will be exposed to everyday weather and seawater mist. It is the contractor's responsibility to provider any protective coverings for the units. 3. The Government reserves the right to return the unit at any time prior to the expiration of the rental period. The contractor agrees to prorate costs for the time the units are in use by NNSY only. The Government agrees to give the contractor twenty-four (24) hours notice for the return of the units prior to expiration of rental period. All deliverables shall be FOB Destination, NNSY, Portsmouth, VA 23709-5000. The delivery is required on or before 08 Mar 2007. This solicitation document and incorporated provisions/clauses are those in effect through Federal Acquisition Circular 2005-06 and the latest Defense Federal Acquisition Regulation Supplement 20051011. The following apply: FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5 incorporating 14, 15, 16, 17, 18, 19, 20, 26 and 31. ADDENDA: FAR Clauses 52.207-4, 52.211-15, 52.211-17, and 52.247-34, 52.222-25, and 52.246-2, DFAR 252.212-7001 incorporating 252.225-7001, 252.225-7021, and 252.225-7036. IMPORTANT NOTICE: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to all solicitations issued on/after 06/01/98. Please ensure compliance with this regulation when submitting your quote. CCR does not apply if Government Credit Card is acceptable. Call 1-888-227-2422 or visit the Internet at http://ccr.gov for more information. All responses must include a completed copy of the certifications and representation set-forth in FAR 52.212-3 and DFAR 252.212-7000. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. Past performance will be evaluated using the Navy Red/ Yellow/Green program as follows: (A) This procurement is subject to the Navy Red/Yellow/Green (RYG) program. RYG is authorized by the Assistant Secretary of the Navy (Research, Development and Acquisition) for the acquisition of commodities used to build and maintain the Fleet materials, parts, and components of ships, planes and weapons systems. (B) The Government reserves the right to award to the contractor whose offer represents the best overall purchase value to the Government. As such, the basis for contract award will include an evaluation of proposed contractor quality performance history. The price to be considered in determining the best value will be the evaluated price after Technical Evaluation Adjustments (TEA) or related quality assurance actions, as applicable, are applied to the offered price. (C) The procedures described in the clause of this solicitation entitled, 5252.213-9402 ADDITIONAL EVALUATION FACTORS: CONTRACTOR EVALUATION SYSTEM, RED/YELLOW/GREEN PROGRAM (MAY 1992), will be used by the Contracting Officer to assist in determining the best purchase value for the Government. THE AWARD SHALL MEET REQUIREMENTS FOR ACCESS TO NNSY: Contractors representatives must be United States citizens. Representatives are to provide the NNSY Security Office with proof of U.S. citizenship at the point in time of the request for access. The original or certified copy of one of the following provides proof of U.S. citizenship: (1) Birth Certificate (2) Verification of Birth (DD Form 372) (3) Hospital birth certificate with an authenticating seal (4) For those persons born abroad to a U.S. citizen parent: (a) Certificate of citizenship issued by the Immigration and Naturalization Service (b) Report of birth Abroad of a Citizen of the United States of America (Form FS-240) (c) Certificate of Birth (Form FS-545 or DS-1350) issued by a U.S. Consulate or the Department of State (5) Certificate of Citizenship for individuals who claim to have derived U.S. citizenship through the naturalization of the parent(s) (6) Certification of Naturalization (original only). Note: One of these documents must be provided before any badges will be issued for access to the shipyard. The contractor?s failure to comply with this requirement relieves the Norfolk Naval Shipyard of any liability regarding demurrage and/or detention costs associated with delays to gain access. Parties responding to this request for quotation may submit their quote in accordance with their standard commercial practices (e.g. company letterhead, quote form, etc) but must include the following 1) Complete mailing/remittance address (s); 2) Prompt payment discount; 3) Delivery Schedule; 4) Taxpayer ID#; 5) All completed certifications as required herein. All responses must be received by 12 Dec 2006; 4:30 PM, Local Time and shall reference solicitation no. N00181-07-T-N016. Questions/responses relative to this solicitation may be faxed to (757)-396-8014 or 8511 or emailed to alfredia.rich-murphy@navy.mil. Text of clauses may be found at the following websites: www.arnet.gov/far; www.dtic.mil/dfars. Numbered Note 1 applies.
 
Place of Performance
Address: FISC NORFOLK NNSY MARITIME OFFICE, HAMPTON ROADS DIVISION, CONTRACTING DEPARTMENT, BLDG 1500 -2ND FLOOR, PORTSMOUTH, VA
Zip Code: 23709-5000
Country: UNITED STATES
 
Record
SN01191913-W 20061208/061206221117 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.