Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2009 FBO #2775
SOLICITATION NOTICE

34 -- This specification covers the requirements for the remanufacture of one existing Monarch Engine Lathe 2818x72 model 613 serial #51915, and the purchase of an additional remanufactured engine lathe.

Notice Date
6/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333512 — Machine Tool (Metal Cutting Types) Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Norfolk Portsmouth Office, N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909TN127
 
Response Due
7/17/2009
 
Archive Date
8/1/2009
 
Point of Contact
David Fellling 757-396-8880 Sharon Tapler 757-396-8363
 
Small Business Set-Aside
Total Small Business
 
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 (https://www.neco.navy.mil/). The RFQ number is N00189-09-T-N127. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-33 and DFARS Change Notice 2009-0115. 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/dars/dfars/html/current/252201.htm. This acquisition will be a 100% Small Business Set-Aside; the North American Industry Classification System (NAICS) code is 333512 and the Small Business Standard is 500 employees. The Fleet and Industrial Supply Center, Norfolk Maritime Industrial Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources capable of providing: Item 0001) (2) each includes the following: 1.Scope1.1.This specification covers the requirements for the remanufacture of one existing Monarch Engine Lathe 2818x72 model 613 serial #51915, and the purchase of an additional remanufactured engine lathe equivalent to Monarch 2818x72 model 613 or model 614, and all rigging and services required to remove two existing lathes and install the two remanufactured lathes. The intent is to acquire a remanufactured engine lathe, remove an existing lathe to be remanufactured, immediately install the newly acquired lathe, remanufacture the existing lathe, remove another existing lathe and stage for disposal, and install the remanufactured existing lathe.2.Definitions 2.1.The size capacity of the lathes is specified by the swing diameter over the ways, the swing diameter over the carriage, and the length between centers, in units of inches. The 2818x72 means: 28" swing over ways, 18" swing over carriage, and 72" between centers.3.Existing Equipment Description 3.1.The existing engine lathe to be remanufactured is a Monarch Lathe 2818 x 72 model 613 serial number 51915, originally manufactured in 1977. It is located at column J18, building 171, Norfolk Naval Shipyard, Portsmouth, VA 23709. In addition to the engine lathe itself, there are two accessory steady rests to be remanufactured. One steady rest is a 6" diameter capacity, and the other is a 12" diameter capacity. The lathe has a 28" swing over the ways, an 18" swing over the carriage, 72" between centers, 30HP 460V 3 phase spindle motor, and a weight of 12,000#. The Government will sample the current lubricating oil for PCB content, and drain the oil prior to the machine's removal.3.2.The existing lathe to be removed and staged for disposal is an Axelson model 25E serial number 1057, 2818x48 capacity, originally manufactured in 1941. The overall length and width are approximately 19' x 5', and the base weight is listed as 16,350# in the service manual. It is located at column J18, building 171, Norfolk Naval Shipyard, Portsmouth, VA 23709. The Government will sample the current lubricating oil for PCB content, and drain the oil prior to the machine's removal.4.Description of Equipment to be Acquired:4.1.The lathe to be acquired shall be a new or remanufactured manual (non-CNC) engine lathe with capacities of 28" swing over the ways, 18" swing over the carriage, and 72" between centers, equivalent to Monarch 2818x72 model 613 or model 614. If the lathe is remanufactured, then it is not to have been used since its remanufacture except for testing purposes. The equipment shall be wired for 460VAC 3 Phase electrical power.5.Description of Remanufacture5.1.All offerors shall have work experience of not less than five years of similar scope, magnitude and complexity of that required for the remanufacture of equipment detailed herein.5.2.All parts replaced are to match OEM replacement parts, so that throughout the life of the machine any subsequent replacement parts may be ordered from the parts manual and fit the machine without alteration5.3.Machine is to be cleaned and completely disassembled to unit level components5.4.The bed and carriage, and the spindle nose, face, and bore are to be machined/ground to OEM specifications5.5.Cross slide and compound are to be scraped5.6.New spindle bearings are to be installed5.7.The apron is to be cleaned and the following new items are to be installed: apron worm,worm gear, rack pinion gear and shaft, drive and driver plate 5.8.New lead screw, cross feed screw, and compound screw are to be installed5.9.New gibs and wipers are to be installed5.10. New lubrication metering units throughout the machine are to be installed5.11. Any Bijur lubrication pumps or similar devices are to be replaced with new5.12. The rapid traverse drive for the carriage is to be reconditioned5.13. The tailstock is to be reconditioned, including the plating and grinding of the tailstock spindle, honing of the tailstock bore, and refitting of the tailstock spindle5.14. The taper attachment is to be rebuilt5.15. The spindle motor is to be reconditioned, including new bearings5.16. The electrical cabinets, wiring, switches, contactors, and all other magnetics are to be replaced with new. All electrical equipment shall conform to the requirements of NFPA 79.5.17. The coolant pump and piping are to be replaced with new5.18. The entire machine is to be repainted in standard machine tool gray5.19. New chuck guard and work light are to be installed5.20. A new two axis Newall or equivalent Digital Readout is be installed5.21. The reassembled machine is to be fully realigned and tested at the vendor's facility and OEM tolerances and specifications are to be documented including but not limited to:5.22. Run out of the face, taper, and taper hole of spindle5.23. Headstock alignment5.24. Vertical alignment of head and tail centers5.25. Tailstock spindle alignment with spindle extended5.26. Cross slide alignment5.27. Backlash on cross feed and compound screws5.28. Lead screw alignment5.29. The inclusion of materials containing mercury, asbestos, or polychlorinated biphenyl (PCB) is prohibited5.30. Audible noise emitted by the equipment shall not exceed 84 dB at the operator's work position, nor at any other point at a distance of 3 feet from the equipment under all operating and service conditions. Noise shall be measured on the "A" weighted scale of a standard sound level meter. Measurements shall be taken at the operator's work position and at each side and end of the equipment. For each measurement, the microphone shall be located on a straight line perpendicular to the surface or corner being measured. The height shall correspond to the point of highest noise level emitted from the surface or corner at the location and distance from the equipment specified herein. Noise generated by the work piece shall be excluded in determining compliance of the equipment with the 84 dB requirement.6.Technical manuals6.1.A complete set of technical manuals covering operation, service and maintenance, and part lifting shall be provided with each piece of remanufactured equipment.7.ServicesIn addition to the services required to remanufacture the lathe(s), services for removal, installation, and all transportation shall be included. The two lathes to be removed and their locations are described in the Existing Equipment Description section above. The two installations are to include the offloading of the machines from the delivery truck, placement on the foundations on the first floor in building 171 at the Norfolk Naval Shipyard, fastening the machines to their foundations using concrete anchors, leveling of the equipment, and electrical connection to existing panels using new wire. All necessary equipment is to be supplied by the contractor. Travel and living expenses must be included. All personnel providing services within the boundaries of Norfolk Naval Shipyard must be US citizens.All rigging and lifting shall comply with NAVFAC P-307. Unless otherwise indicated, the issue in effect on the date of an invitation for bids or a request for proposals of the following sections of the Code of Federal Regulations shall apply: 29 CFR 1910Occupational Safety and Health Standards29 CFR 1926Safety and Health Regulations for Construction40 CFR 261Identification and Listing of Hazardous Waste(Application for copies should be addressed to Superintendent of Documents, Government Printing Office, Washington, DC 20402)8.Warranty8.1.The remanufacturer shall provide a complete warranty for one full year on the entire machine for each machine.9.Sequence of Services Delivery9.1.The intent herein is to minimize the downtime of the existing lathe, and negative impact on the productive effort of the Government machine shop.9.2.The acquisition and remanufacture of the lathe, not already in the Government's inventory is to occur first.9.3.Removal of the lathe to be remanufactured and the installation of the newly acquired lathe are to be performed immediately upon delivery of the newly acquired lathe.9.4.Removal of the lathe which is to be disposed may occur immediately after the first installation, or immediately preceding the installation the remanufactured existing lathe.9.5.The existing lathe will be remanufactured at the vendor's facility.9.6.The existing lathe will be shipped back to the Government after its remanufacture and immediately be installed upon delivery, and following the removal of the lathe to be disposed if not already accomplished. 10.Quality Assurance ProvisionsThe remanufacturer shall perform analytical geometric inspection and operational testing at their facility, and provide written reports of analytical geometry inspection. Final inspection of the remanufactured lathes, their parts and components, shall be performed at destination by Code 981 and shall consist of type and kind; quantity; condition and operability, if readily determinable after their installation.11.Preservation, Packaging, Packing, and ShippingThe equipment shall be shipped on skids allowing a forklift to be used to offload the machinery from the delivery truck. The equipment shall be packaged, packed and preserved for shipment to reach ultimate destination undamaged. Package shall be prominently marked with the machinery's weight, and marked "NOT FOR OUTSIDE STORAGE". Yellow packaging, packing, preservation and marking are prohibited. The contractor shall notify the receiving activity of the scheduled arrival date of the equipment. Notification shall be made not less than 72 hours prior to the delivery date. If proper notification is not given, the Government will not be responsible for any delays caused by the inability to off-load the supplies upon delivery. Delivery is 14 weeks ARO. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The anticipated contract will be firm fixed-price. The Government will award a contract resulting from this solicitation to the lowest priced, technically acceptable offer. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001 Buy American Act and Balance of Payment Program; DFAR 252.232-7003, Electronic Submission of Payment Requests; requests for payments must be submitted electronically through the Wide Area Workflow System at https://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Contractors are asked to submit their TAX ID number DUNS number and CAGE code with their proposal. 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 employee's eligibility for employment and denotes his citizenship status. Contractors can go to http://www.nnsy1.navy.mil/Secutity/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 employee's clearance status may suffice depending on the employee's 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. This announcement will close at 2:00 PM EST on Thursday 07/17/09. Contact is David Felling who can be reached at 757-396-8880 or via email at david.felling@navy.mil. A secondary Point of Contact is Sharon Tapler, who can be reached at (757) 396-8363, or via email at sharon.tapler@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and the ability to meet the minimum specifications. 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/. METHOD OF PROPOSAL SUBMISSION: email to david.felling@navy.mil or fax offers to 757-396-8017, proposals over 10 pages will not be accepted via facsimile. All quotes shall include price(s), FOB Destination, a point of contact, name, phone number and email address, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6c04786a716a3d7f7853604267787f61)
 
Record
SN01861092-W 20090702/090701000251-6c04786a716a3d7f7853604267787f61 (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.