Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2007 FBO #1931
SOLICITATION NOTICE

44 -- TEFLON OVEN

Notice Date
3/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
333994 — Industrial Process Furnace and Oven 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N42158-7033-0151
 
Response Due
3/27/2007
 
Archive Date
4/11/2007
 
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 N42158-7033-0151 is issued as a request for quotation (RFQ). This requirement is unrestricted and the applicable NAICS is 333994. FISC Norfolk Naval Shipyard anticipates award of a firm fixed price contract for the following line item: A site visit is being scheduled on Tuesday, March 20, 2007 at 9:00 A.M. Please contact Valerie Moore (757) 396-9829 for information on how to submit paperwork for employees wishing to attend site visit. CLIN 0001: TEFLON OVEN IN ACCORDANCE WITH THE FOLLOWING SPECIFICATIONS WHICH COVER THE DESIGN, FABRICATION, QUALITY ASSURANCE, DELIVERY, ON- SITE OPERATION, TESTING AND TRAINING OF NEW WALK-IN TEFLON OVEN FOR PAINT SHOP AT NORFOLK NAVAL SHIPYARD IN PORTSMOUTH, VIRGINIA. TECHNICAL SPECIFICATIONS FOR TEFLON OVEN CODE 971 PAINT SHOP 1.0 SCOPE This specification covers the design, fabrication, quality assurance, and delivery and on site operation, testing, and training of new walk-in Teflon oven for Code 971 paint shop at Norfolk Naval Shipyard in Portsmouth, Virginia. This specification defines minimum performance criteria. The seller may submit standard equipment items that meet or exceed these criteria. Additionally, the seller is encouraged to suggest alternates that the seller believes will meet or exceed the functional criteria included herein while providing faster delivery, more durability and/or lower life cycle costs. The unit described in this specification is to be used by the employees of the Norfolk Naval Shipyard (NNSY). The requirements included in this specification have resulted from an analysis of ways to improve on ways to remove and recoat Teflon coated parts. 1.1 GENERAL FUNCTIONAL REQUIREMENTS 1.11 The requirements of the unit shall be as follows: 1.111 Maximum rated oven temperature of 10000F/5380C 1.112 Inside dimensions/working area to be no less than 216 sq/ft. 1.113 KW rating to be 162 1.114 Voltage/Phase/Hertz to be 480/3/60 1.115 Exhaust Fan to be made of Stainless Steel. 1.2 GENERAL CONSTRUCTION: 1.21 OVEN BODY CONSTRUCTION; The oven shall be formed of rigid design and electrically arc welded structural frame and shall be suitably reinforced to form a solid structural unit. Wall panels are to be all welded constructions or interlocking and consist of heavy gauge materials with minimal through metal contact so as to minimize heat transfer to the outer side of the oven. 1.22 FLOOR CONSTRUCTION: There must be a 3? insulated floor. 1.23 DOOR CONSTRUCTION: The doors shall be fabricated of triple wall construction and are to be reinforced with 12 gauge channels and 1/4'? plates to attach the hinges, handles and pressure release latches. The door gasket is to be installed around the doors for a good seal and to avoid heat loss. 2.0 VENTILATION: 2.1 DUCTWORK: The air recirculating ductwork must be located on the oven walls of the work area. The construction to be fully adjustable for balancing purposes. This will allow for even distribution of air within the work area and deliver better performance. 2.2 AIR CIRCULATION: Heated air shall re-circulate within the work area by means of a high temperature fan, which will be mounted within the heat chamber. This is to be located outside the fan chamber for cooling purposes. 2.3 POWERED EXHAUST: The oven shall be fitted with a powered exhaust fan and an adjustable damper. Both will be located on the roof. In addition, a fresh air inlet with an adjustable damper will also be provided for final oven balancing. 3.0 HEATING EQUIPMENT AND ELECTRICAL CONTROLS: 3.1 HEATING EQUIPMENT: The oven is to be equipment with sufficient Kilowatts for general industrial use, with the elements being Incoloy sheathed, Which will provide quicker heat up time and a longer life. They will be wired into the appropriate number of heater banks for efficient operation and even temperature control within the oven work area. 3.2 CONTROL EQUIPMENT: The controller to be used is to be will have a digital display and is to be adjustable in single degree increments. The thermocouple must match to the maximum temperature range of the oven. 3.3 ELECTRICAL CONTROLS: A pre-wired control enclosure of suitable size and shape, and conforming to NEC requirements, shall be provided. Within this enclosure, on a removable enameled back plate will be mounted, the necessary magnetic motor starters for the operation of the recirculating fan, the control circuit transformer, fuse block, terminal blocks, along with the necessary devices needed to operate the unit in a successful manner. An amber pilot light is to indicate when the fan is operating safely. A white pilot light will indicate, ?by going out? when the purge cycle is complete. A red pilot light will indicate when the pilot burner has been safely ignited and the control valve will automatically light the main burner. 4.0 SAFETY EQUIPMENT: 4.1 EQUIPMENT TO BE TESTED BEFORE DELIVERY: 1.) Exhaust Fan 2.) Air Flow Switches 3.) Manual reset excess temperature controls 4.) Minimum/required # of back-up contactors 5.) Purge Timer 5.0 INSTALLATION: 1.) Oven to be placed IAW code 971 personnel. 2.) Installer to hook up all electric and ventilation to existing electric and ductwork within 40 feet of oven. 6.0 REMOVAL: 1.) Remove and haul away old (existing) oven. 2.) Disconnect all electrical hook-ups. 3.) Disconnect and dispose of all old ventilation 4.) Remove any foundations that are on old unit. REQUIREMENTS FOR LIFTING OF EQUIPMENT 1. The equipment shall be outfitted with suitable attachments for overhead lifting. 1.1 For multiple point lifts each lifting attachment shall be capable of supporting one half the gross weight of the equipment with a deign factor of five to one based on ultimate strength. For single point lifts the lifting attachment shall be capable of supporting the gross weight of the equipment with a design factor of five to one based on ultimate strength. 1.2 For multiple point lifts each lifting attachment shall be designed to accept a standard anchor shackle (Federal Specification RR-C-271D, type IVA) which is capable of supporting one half the gross weight of the equipment. For single point lifts the lifting attachment shall be designed to accept a standard anchor shackle (Federal Specification RR-C-271D, type IVA) which is capable of supporting the gross weight of the equipment. 1.3 Design of the lifting attachments shall be such that the attachments and shackles are not side loaded more than ten degrees out of the plane. Lifting attachments shall be located such that the lifting slings do not contact the equipment. Whenever practical, the lifting attachments shall be located above the center of gravity, such that the lifting slings do not contact the equipment housings. 1.4 Each lifting attachment shall be conspicuously marked in a contrasting color ?Lift Here.? Letters shall have a minimum height of 1?. 2. The equipment shall be marked in a prominent location with the gross weight. Sand hopper, tubs, or other containers that may contain material shall be marked with the empty and full weight (or alternatively the empty weight and working load limit). Marking shall be upper case letters of contrasting color, with a minimum height of 1?. Marking shall include the units (i.e. ?pounds?, ?long tons?, etc.). 3. If specialized handling gear other than shackles, standard slings, or chainfalls (i.e., spreader beams, special lift rigs, etc.) are required, the contractor shall furnish it. This handling gear shall be certified in accordance with NAVFAC P-307, with written documentation of proof testing. REQUIREMENTS FOR A LIFTING SKETCH/RIGGING DIAGRAM 1. The equipment shall be provided with a lifting sketch/rigging diagram that meets the following requirements. 1.1 The lifting sketch shall detail any specific requirements and/or configurations that must be meet prior to lifting (i.e. ?engage swing lock, tilt mast back fully, rotate lifting basket over side, utilize 10? minimum length slings, spreader beam required?, etc.) 1.2 The lifting sketch shall include the location of the center of gravity of the equipment (full fuel, hydraulic tanks, etc.), equipment model/manufacturer, and gross weight. 1.3 A copy of the lifting sketch shall be permanently posted on the equipment, and a copy shall be forwarded to Code 714 (396-3345, 3346). 2. Riggings sketches, as a minimum, shall identify the following: 2.1 The weight of the load. 2.2 The location of the center of gravity. 2.3 The minimum crane capacity. 2.4 The minimum capacity/length of slings. 2.5 The minimum capacity of other standard rigging gear. 2.6 The attachment (lifting) points for the load. (a) The attachment points for multiple leg lifts shall be sized such that each attachment point can support half the load?s weight at the anticipated lift angle. (b) The attachment point for single leg lifts shall be sized such that the attachment point can support the entire load?s weight. 2.7 Limitations on allowable orientations for any parts making up the lifting assembly. 2.8 For single leg vertical lifts using twisted rope (wire or synthetic), two parallel ropes each capable of supporting the entire load alone shall be required unless a method is used to prevent unlacing of the rope. 2.9 A minimum D/d ratio of one shall be required where wire rope slings pass over any object, or in the eyes of the wire slings. A minimum D/d ratio of two shall be required where synthetic rope slings pass over any object, or in the eyes of synthetic rope slings. (a) ?D? represents the diameter of the object the sling passes over. (b) ?d? represents the diameter of the sling. (c) Table 14-3 of NAVFAC P-307 lists efficiency factors at various D/d ratios. 3. Components in each handling assembly shall be sized based on the worst case distribution of loads. (a) When making multiple point lifts, the handling gear shall be sized so that two legs can carry the load without exceeding the safe working load (SWL) at the lift angle excepted, unless an equalizing method is used. 4. When non standard gear is required (i.e. round stock lifting bars) written instructions shall be provided that ensure: (a) The proper material is being used. (b) The item is certified IAW NAVFAC 9-307. (c) Any special requirements are followed to ensure that engineering assumptions are met (i.e. eccentricity of the bearing points). All deliverables shall be FOB Destination, NNSY, Portsmouth, VA 23709-5000. 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, 23, and 26. ADDENDA: FAR Clauses 52.207-4, 52.211-15, DFAR 252.212-7000, 252.212-7001 incorporating 52.203-3, 252.225-7001. 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. 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 requests for site visit entry must be received by Wednesday, March 14, 2007, 12:00 P.M. local time. The site visit date is March 20, 2007. Al quotes must be received by Tuesday, 27 March 2007,12:00 PM, Local Time and shall reference solicitation no. N42158-7033-0151. Responses may be emailed to: Valerie Moore, Code 532.2D, Bldg 1500, 2nd Floor, Portsmouth, VA 23709-5000, phone: 757-396-9829 at Valerie.moore@navy.mil or moorevb@nnsy.navy.mil. Text of clauses may be found at the following websites: www.arnet.gov/far; www.dtic.mil/dfars. Numbered Notes 22 applies.
 
Place of Performance
Address: NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VA
Zip Code: 23709-5000
Country: UNITED STATES
 
Record
SN01247888-W 20070311/070309222118 (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.