SOLICITATION NOTICE
W -- RENTAL OF SPONGE-JET EQUIPMENT & EQUIPMENT
- Notice Date
- 4/29/2008
- Notice Type
- Presolicitation
- 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, N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018908TN097
- Response Due
- 5/9/2008
- Point of Contact
- MICHAEL R. JACKSON 757-396-8007
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ). The RFQ number is N00189-08-T-N097. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-245 and DFARS Change Notice 20080423. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 532490 and the Small Business Standard is 500 employees. This is an unrestricted action. The Fleet and Industrial Supply Center, Norfolk Maritime Industrial Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources for: CLIN 0001, REQN: N4215808RCHK641, CONTRACTOR TO PROVIDE RENTAL OF (4) EACH SPONGE-JET FEED UNIT 85L (100HP) WITH (4) EACH 50 BLAST HOSE, (4) EACH PNEUMATIC DEADMAN CONTROL WITH TWIN LINE AND (4) EACH #8 NOZZLE, (4) EACH VORTISIEVE PNEUMATIC CLASSIFIER, CLASSFIES 10 LB SPONGE MEDIA PER MINUTE, (4) EACH AIRPREP ACS-400 AFTER COOLER/DRYER. SUBJECT UNIT SHALL HAVE LABEL PLATES AND/OR STENCILED WITH WEIGHT AND SPECIAL HANDLING PROCEDURES FOR LIFTING AND CONFORMING ( SEE LIFTING AND HANDLING REQUIREMENT BELOW). SET-UP WILL INCLUDE PICK-UP AND DELIVERY FROM WORKSITE (NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA). PERIOD OF PERFORMANCE IS FOR APPROX 55 DAYS (30 DAYS MINIMUM TO BEGIN APPROX 09/15/2008 TO 02/15/2009).CONTRACTOR MUST QUOTE ALL ITEMS IN ONE (1) SET RENTAL PRICE. CONTRACTOR MUST PROVIDE MONTHLY RENTAL PER SET, WEEKLY RENTAL PER SET AND DAILY RENTAL PER SET. ALL VENDORS MUST BE A MEMBER OF THE WAWF (WIDE AREA WORK FLOW-PAYMENT SYSTEM) OR BECOME A MEMBER PRIOR TO AWARD (SEE WAWF INVOICING INSTRUCTIONS AND PAYMENT FOR SUPPLIES, BELOW) The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.211-15 Defense Priority and Allocation Requirements; 52.211-17 Delivery of Excess Quantities; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Rerepresentation.52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Within DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program; 252.225-7036 Buy American Act-Free trade Agreements-Balance of Payments Program and Alt I, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports At a minimum, responsible sources shall provide the following: a price proposal on letterhead which for each of the requested items, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Any questions with regard to this requirement shall be addresses to the Purchasing Agent/Contract Specialist identified elsewhere on the solicitation/award document. This announcement will close at 2:00 PM on 09 MAY 2008, Eastern Standard Time. Oral communications are not acceptable in response to this notice. Contact Michael R. Jackson who can be reached at 757-396-8007. Vendors shall submit their quotes either via facsimile (757-396-8017), or email to michael.r.jackson3@navy.mil. A secondary Point of Contact is Cindi Newcomb who can be reached (757) 396-8352, email cynthia.newcomb@navy.mil. If the offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov: After reviewing the ORCA database information, the offeror certifies by submission of its quote that the representation and certifications currently posted electronically with regard to FAR 52.212-3, Offeror Representations and certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of its quote. Quoters wishing to incorporate their representation and certifications in the ORCA database into their quote by reference shall affirmatively state their desire to do so. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include prices, FOB point, a point of contact, name and phone number, business size, and payment terms. Quotes shall also include descriptive literature sufficient to allow the government to make a determination of technical acceptability. Quotes lacking such descriptive literature may be considered technically unacceptable and not considered for award. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Quoters shall include a completed copy of 52.212-3 and its ALT I and with quotes and DFARS 252.212-7000 or affirmatively state that their representations and certifications found in the ORCA database are incorporated into the quote by reference. 52.212-2 EvaluationCommercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. REQUIREMENTS FOR ACCESS TO NNSY Contractors representatives must be United States citizens. Representatives are to provide the NNSY Security Office proof of U.S. citizenship (i.e. DHS I-9 FORM. Employee Eligibility Verification Form). The I-9 is based on presentation of appropriate documentation that both verifies the employees eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Security/docs/i-9.pdf to acquire the required form and completion guidance. NOTE:(1)The I-9 must be provided before a badge will be issued for unclassified contract work, for access to the shipyard.(2)If the contract requires access to classified material, a visit request identifying the employees clearance status may suffice depending on the employees status within the JPAS database.(3)In the case of contractor truck drivers, knowing some are owner operators, if they are carrying proof of citizenship they can be issued a badge for access to drop off/pick up material.(4)If the truck driver does not have sufficient documentation and the sponsor is willing to escort the driver to/from the desired location, a by-escort badge may be issued. VENDORS/CONTRACTORS SHALL FORWARD ALL VISIT REQUESTS ON THEIR COMPANY LETTERHEAD SIGNED BY AN AUTHORIZED COMPANY OFFICER.Vendors/contractors shall provide FULL name, FULL SSN, Date of Birth, Place of Birth and a specific statement attesting that the person(s) for whom they are requesting access are citizens of the United States. By so stating, the vendor/contractor is certifying that they have positive documentation of that persons citizenship on file (i.e. a signed and verified EEVF I-9 form). The request shall also state the specific reason for the visit request and the specific date(s) for which they are requesting access to Norfolk Naval Shipyard (i.e., date of delivery). Material Shipments: Upon completion of the above documentation, vendors/contractors shall fax the letter to the Material Division (phone: 757-396-3141 and fax: 757-396-1029).Service contractor: Upon completion of the above documentation, vendors/contractors shall fax the letter to Technical Point of Contact listed in the contract. IF THE PERSON FOR WHOM THE VENVOR/CONTRACTOR IS REQUESTING A BADGE WAS BORN IN A FOREIGN COUNTRY, THAT PERSON SHALL BRING POSITIVE DOCUMENTATION OF UNITED STATES CITIZENSHIP TO THE NORFOLK NAVAL SHIPYARD PASS OFFICE IN ADDITION TO THE COMPANY LETTER. The additional documentation can be a birth certificate, passport or other official military documentation of United States citizenship. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. If the person for whom the vendor/contractor is requesting a badge is a naturalized United States citizen, that person SHALL BRING THEIR ORIGINAL NATURALIZATION papers with them to the pass office in addition to the aforementioned company letter. Once presented, it will be entered in the database and be available for future use so this step will not be required to be repeated. WAWF INVOICING INSTRUCTIONS AND PAYMENT FOR SERVICES Invoices for goods received or services rendered under this contract shall be submitted electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF): The vendor shall have their cage code activated by calling 866-618-5988. Once activated, the vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the Internet at http://www.wawftraining.com. Additional support can be obtained by calling the NAVY WAWF Assistance Line: 1-800-559-WAWF (9293). WAWF Vendor Quick Reference Guides are located at the following web site: http://www.acquisition.navy.mil/navyaos/content/view/full/3521. The contractor shall provide time cards for labor charges and Other Direct Charge Invoices for travel, material and rental of equipment to the government representative for inspection. Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for the size of files per invoice is 5 megabytes. Select the 2-in-1 Invoice within WAWF as the invoice type. The 2-in-1 Invoice prepares the Material Inspection and Receiving Report, DD Form 250, and invoice in one document. A copy of the Task Order (and all modifications that may be issued in the future) is available for download on EDA. The contractor shall submit invoices for payment per contract terms. The Government shall process invoices for payment per contract terms. Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Vendors MUST provide a copy of the invoice and any applicable receiving reports to Acceptor and Contracting Officer's Representative COR if applicable. RENTAL TERMS 1. The Rental period begins on the date when the equipment arrives on-site and ends upon official twenty-four (24) hour notice from the Government Contracting Officer. Minimum rental period is one (1) week and is prorated thereafter based on 28-day month or the end of the establishing prior of performance. SHIPPING 1.The Vendor shall deliver and remove all rental equipment to the job site. EQUIPMENT CONDITION / MAINT 1.New or used equipment may be provided. Pressure vessels shall not have in excess of 2,500 operating hours at the beginning of the rental period. Government reserves the right to inspect the proposed equipment prior to contract award. 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. 3.All equipment shall be skid-mounted w/side fork pockets, overhead lifting eyes and the maximum weight prominently marked on unit. Trailer mounted equipment may be substituted at Government's option. 4.Provide all parts requiring repair or replacement under circumstances of normal equipment wear and tear at no additional charge. 5.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. CONTRACTORS RESPONSIBILITY 1.Rental includes delivery, set-up, start-up training and weekly maintenance checks. Along with proper interface connectors (supplied by the Rental Equipment Contractor) to allow hook-up by NNSY Shop 99, see Appendix A. 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.) 3.The Vendor shall dispatch a representative in response to a service request to repair and/or replace the equipment with six (6) hours of notification by NNSY at no additional charge. 4.The Vendor shall provide service technicians to provide on-site installation / startup assistance, operator training, and technical support for the rental equipment. 5.The Vendor must provide unlimited technical support via phone for the duration of the rental period. 6.Vendor shall provide at least two (2) hours of operator training on use and operation of the equipment. GOVERNMENT RESPONSIBILITY 1.Crane or forklift for loading and unloading of equipment is the responsibility of the Government unless specified otherwise 2.Fuel, power supply and electrical connections shall be supplied by the Government unless specified otherwise. If a generator is required, Government is responsible for changing oil and fuel filters in the generator every 250 hrs. of operation. 3.Government shall provide operators to perform basic maintenance (maintain oil / fuel fluid levels, monitor gauges, periodic lubrication of linkages). 4.The Government shall be responsible for equipment movements within the shipyard if required. The Government agrees to return the equipment to Vendor in as good of a condition as it was received from 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. APPENDIX AInterface Requirements for Rental Equipment Hook-up to NNSY Temporary Serviceor Equal 110-120 VAC Service : Material Manufactured by Duraline 20 Amp or less- 3 foot tail of 12/3 cable w/3MT20 crowsfoot plug Over 20 Amp and up to 50 Amp : 3 foot tail of 6/3 cable w/3MT50 crowsfoot plug 440 VAC Service: Material Manufactured by Duraline 20 Amp or less- 3 foot tail of 12/4 cable w/ 4MT20 crowsfoot plug Over 20 Amp and up to 50 Amp- 3 foot tail of 6/4 cable w/ 4MT50 crowsfoot plug Above can also be used on 220VAC Any service over 50 Amp requires box cable 440 VAC 50-100 Amp Service: Material manufactured by Crouse Hinds 50- 100 Amps 3-5 foot lenght of 2/4 cable w/male camlock twist connectors:Part Numbers:Brass -A200036-2Black Sleeve- A200706-7White Sleeve- A200706-12Red Sleeve-A200706-9 Over 100 and up to 225 Amps: 3- 5 foot lenght of 3 conductor 3/0 cable with camlock connectors:Part Numbers:Brass - A200038-2Black Sleeve- A2000706-13White Sleeve-A2000706-18Red Sleeve- A2000706-15 Over 225 and up to 400 Amps: 5-15 lenght of 500 MCM cable w/camlock connectors:Part Numbers :Brass- A20028-2Black Sleeve-A200056-1White Sleeve-A200056-6Red Sleeve- A200056-3 NOTE: All Rental Equipment received by NNSY must be supplied with proper interface connectors to allow hook-up by NNSY Shop 99. There may be specific equipment that will require NNSY Shop 99 evaluation to determine proper cabling and connectors. REQUIREMENTS FOR LIFTING OF RENTAL EQUIPMENT 1.The equipment shall be outfitted with suitable attachments for overhead lifting. 1.1For multiple point lifts each lifting attachment shall be capable of supporting one half the gross weight of the equipment with a design 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. 1.2For 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 R-C-271D, type IVA) which is capable of supporting the gross weight of the equipment. 1.3Design of the lifting attachments shall be such that the attachments and shackles are not side loaded more than 10 degree out of the plane. Lifting attachments shall be located such that the lifting slings do not contact the equipment, or alternatively a spreader beam (if required by the manufacturer/rental company) shall be certified to NAVFAC P-307 and provided by the Rental Company. Whenever practical, the lifting attachments shall be located above the center of gravity, and such that the lifting slings do not contact the equipment housings. 1.4Each 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, tub, 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 a contrasting color, with a minimum height of 1". Marking shall include the units (i.e. "pounds", "long tons", etc.). 3.The equipment shall be provided with a lifting sketch / rigging diagram that meets the requirements of this memorandum, Enclosure 1 & 2 of NAVSHIPYDNOR INSTRUCTION 11262.7. 3.1The 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.). 3.2The 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. 3.3A copy of the lifting sketch shall be permanently posted on the equipment, and a copy shall be forwarded to Code 714 (396-3345, 3346). 4.If specialized handling gear (i.e. spreader beams, special lift rigs, etc.) is required, the contractor shall furnish the required spreader beams, special lift rigs, etc. This handling gear shall be provided certified in accordance with NAVFAC P-307, with written documentation of proof testing. 5.Rigging sketches, as a minimum, shall identify the following: 5.1The weight of the load. 5.2The location of the center of gravity. 5.3The minimum crane capacity. 5.4The minimum capacity / length of slings. 5.5The minimum capacity of other standard rigging gear (including, but not limited to spreader beam/bar requirements). 5.6The attachment (lifting) points for the load. 5.6.1The 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. 5.6.2The attachment point for single leg lifts shall be sized such that the attachment point can support the entire load's weight. 5.7Limitations on allowable orientations for any parts making up the lifting assembly. 5.8For 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 unlaying the rope. 5.9A minimum D/d ration of one shall be required where wire rope slings pass over any object, or in the eyes of wire rope 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. 5.9.1"D" represents the diameter of the object the sling passes over. 5.9.2"d" represents the diameter of the sling. 5.9.3Table 14-3 of NAVFAC P-307 lists efficiency factors at various D/d ratios. 5.10Components in each handling assembly shall be sized based on the worst case distribution of loads. 5.10.1When making a two, three, or four point lift, the handling gear shall be sized so that two legs can support the load without exceeding the safe working load (SWL) at the lift angle expected, unless an equalizing method is used. 5.11When non-standard gear is required (i.e. spreader beams, round stock lifting bars, etc.) written instructions from the Contractor shall be provided that ensure: 5.11.1 The proper material is being used. 5.11.2 The item is certified IAW NAVFAC P-307, 5.11.3Any special requirements or dimensions are followed to ensure that engineering assumptions are met (i.e. eccentricity of the bearing points). ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=769900166ad3430940b9d764618c3214&tab=core&_cview=1)
- Record
- SN01563052-W 20080501/080429215949-7585fc1ffff8056dc8ebbd1ad70f20db (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 |