SOLICITATION NOTICE
45 -- Single Chamber Temper Heat Treating Furnace;Single Chamber Hardening Heat Treating Furnace Qty (1) each
- Notice Date
- 8/11/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333994
— Industrial Process Furnace and Oven 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
- N0018909TN151
- Response Due
- 8/21/2009
- Archive Date
- 9/5/2009
- Point of Contact
- David Felling 757-396-8880 Nancy Hayden 757-396-8346
- 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-N151. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-33 and DFARS Change Notice 2009-0729. 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 333994 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) Single Chamber Temper Heat Treating Furnace Qty (1) each includes the following: THIS PURCHASE DESCRIPTION REFLECTS THOSE CHARACTERISTICS WHICH ARE ESSENTIAL TO THE MINIMUM NEEDS OF THE GOVERNMENT. 1.Scope: This specification covers the requirements for a single chamber temper heat treating furnace for the C906 toolmaker section in B-171, 3rd Floor. The purpose of the heat treating furnace is to increase strength, impact toughness, and wear resistance on tool steel by heating the steel at high temperatures. 2.Equipment Description: Single chamber temper heat treating furnace shall possess the following characteristics/capabilities:2.1.Heat treating furnace shall be a single chamber type 2.2.Recirculation tempering chamber - maximum heat of 1,800 F, uniformity to within +/- 10 F 2.3.Recirculation tempering chamber shall have no less chamber area than 24" H x 24" W x 36" D 2.4.To meet ergonomic specifications, the chamber floor shall be between 24" - 36" high from the shop floor to create easier operator loading and removing of steel in chamber. 2.5.Temper furnace door shall either open horizontally to the left of the operator (hinges on left side of door) or be equipped with a vertical door. 2.6.Temper chamber shall have a 'soak timer'- a digital timer that begins when the selected operating temperature is reached. At the end of the selected time interval, the heating elements shall remain on and an alarm will sound. Alarm shall disengage when chamber door is opened. 2.7.Furnace must have a footprint no greater than 96" H x 72" W x 72" D2.8.All electrical items shall conform to current NFPA 79 requirements. Electrical must be 460 volt, 3 phase, 60 Hz electricity of no more than 20 amps. 2.9.Furnace shall have a 1 year warranty. 2.10. Final price shall include temper heat treating furnace with all components, (2) hard copies of operation and maintenance manuals along with a CD copy, shipping costs and delivery, and (2) days of on-site support at Norfolk Naval Shipyard for installation of furnace and necessary training with all travel expenses included. 3.Technical Manuals 3.1 (2) complete hardcopy sets and (1) CD copy of technical manuals covering operation, service and maintenance, and part listing shall be provided. 4.Training 4.1.Training of at least (2) full 8-hour days shall be provided at the installation site in Building 171 of Norfolk Naval Shipyard, 23709. The training instructor must be a US citizen to gain access. 5.Quality Assurance Provisions 5.1.Inspection and acceptance of the supplies, performed at destination by Code 981 and shall consist of type and kind; condition; operability; if readily determinable. 5.2.[Left Blank Intentionally] 6.Preservation, Packaging and Packing6.1.The equipment shall be packaged, packed and preserved for shipment to reach ultimate destination undamaged. Package shall be prominently marked "NOT FOR OUTSIDE STORAGE". Yellow packaging, packing, preservation and marking are prohibited.6.2.The unit shall be shipped only by air-ride or equivalent vehicles to prevent damage during shipment6.3.The equipment shall be shipped palletized for ease of off-loading by fork lift truck. The Government shall be made aware in advance of any special lifting instructions.6.4.The weight of the equipment shall be prominently and conspicuously displayed in pounds.6.5. The contractor shall notify NNSY at least five (5) working days in advance to schedule a delivery date for the equipment. Item 0002) Single Chamber Hardening Heat Treating Furnace Qty (1) each includes the following: THIS PURCHASE DESCRIPTION REFLECTS THOSE CHARACTERISTICS WHICH ARE ESSENTIAL TO THE MINIMUM NEEDS OF THE GOVERNMENT. 1.Scope: This specification covers the requirements for a single chamber hardening heat treating furnace for the C906 toolmaker section in B-171, 3rd Floor. The purpose of the heat treating furnace is to increase strength, impact toughness, and wear resistance on tool steel by heating the steel at high temperatures. 2.Equipment Description: Single chamber hardening heat treating furnace shall possess the following characteristics/capabilities:2.1.Heat treating furnace shall be a single chamber type 2.2.Hardening chamber - maximum heat of 2,500 F, uniformity to within +/- 25 F 2.3.Hardening chamber shall have no less chamber area than 24" H x 24" W x 36" D 2.4.To meet ergonomic specifications, the chamber floor shall be between 24" - 36" high from the shop floor to create easier operator loading and removing of steel in chamber. 2.5.Furnace door shall either open horizontally to the right of the operator (hinges on right side of door) or be equipped with a vertical door. 2.6.Chamber shall have a 'soak timer'- a digital timer that begins when the selected operating temperature is reached. At the end of the selected time interval, the heating elements shall remain on and an alarm will sound. Alarm shall disengage when chamber door is opened. 2.7.Furnace must have a footprint no greater than 96" H x 72" W x 72" D 2.8.All electrical items shall conform to current NFPA 79 requirements. Electrical must be 460 volt, 3 phase, 60 Hz electricity of no more than 20 amps. 2.9.Furnace shall have a 1 year warranty. 2.10. Final price shall include hardening heat treating furnace with all components, (2) hard copies of operation and maintenance manuals along with a CD copy, shipping costs and delivery, and (2) days of on-site support at Norfolk Naval Shipyard for installation of furnace and necessary training with all travel expenses included. 3.Technical Manuals 3.1 (2) complete hardcopy sets and (1) CD copy of technical manuals covering operation, service and maintenance, and part listing shall be provided.4.Training 4.1.Training of at least (2) full 8-hour days shall be provided at the installation site in Building 171 of Norfolk Naval Shipyard, 23709. The training instructor must be a US citizen to gain access. 5.Quality Assurance Provisions 5.1.Inspection and acceptance of the supplies, performed at destination by Code 981 and shall consist of type and kind; condition; operability; if readily determinable. 5.2.[Left Blank Intentionally] 6.Preservation, Packaging and Packing6.1.The equipment shall be packaged, packed and preserved for shipment to reach ultimate destination undamaged. Package shall be prominently marked "NOT FOR OUTSIDE STORAGE". Yellow packaging, packing, preservation and marking are prohibited.6.2.The unit shall be shipped only by air-ride or equivalent vehicles to prevent damage during shipment6.3.The equipment shall be shipped palletized for ease of off-loading by fork lift truck. The Government shall be made aware in advance of any special lifting instructions.6.4.The weight of the equipment shall be prominently and conspicuously displayed in pounds.6.5The contractor shall notify NNSY at least five (5) working days in advance to schedule a delivery date for the equipment NOTE: Due to the inter-relationship of the items being procured, the government reserves the right to make a single award to the responsible offeror whose total offer on all items is low. Desired delivery is 4 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; 52.212-2, Evaluation - 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 (invoking 52.219-6, 52.222-3, 52.222-19, 52.222-21; 52.222-26; 52.222-36; 52.225-13; 52.232-33). 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 (invoking 252.225-7036); 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 Friday 08/21/09. 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. 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. IMPORTANT NOTE: ALL OFFERS MUST BE ACCOMPANIED BY MANUFACTURER'S LITERATURE, SPECIFICATIONS ETC, SUFFICIENT IN DETAIL FOR A COMPLETE TECHNICAL EVALUATION OF THE ITEM(S) OFFERED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c6a7326ee4141551c144ac92c0097739)
- Record
- SN01907047-W 20090813/090812000425-c6a7326ee4141551c144ac92c0097739 (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 |