Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2009 FBO #2842
SOLICITATION NOTICE

54 -- Guard Shacks, Qty (6) each

Notice Date
9/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
 
ZIP Code
00000
 
Solicitation Number
N0018909TN154
 
Response Due
9/14/2009
 
Archive Date
9/29/2009
 
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-N154. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 2009-0825. 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 332312 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) Guard Shacks, Qty (6) each includes the following: 1.Aluminum frame and Construction, four (4) ft wide by six (6) ft long. The structure itself will be of at least 7 ft in height and no greater than 10 ft in height.2.Through the wall heating and air conditioning unit: Min. 6000BTU AC 1500 Watt Htr. 3.All walls and ceilings to be insulated with at least a value of R-10.4.Contain a single 36" by 80" swing door with visibility window for entrance and egress located along the 4 ft wall, doors will be lockable with no preference regarding left or right hung. 5.The three walls without a door to contain a lockable window of at least 30" tall by 36" wide. All windows on the structure will be composed of either clear or tinted tempered safety glass of at least 1/8" thickness.6.Will include internal overhead lighting with a wall switch located near the door, as well as a grounded 110 volt, 15 amp duplex outlet and 220 volt, 20 amp single outlet. 7.Will also include a mounted shelving or desk system along one of the walls that does not interfere with personnel access.8.Floor Material: Plywood9.Guard shacks will be provided as forklift able and capable of being lifted by cranes. It will include a fixed lifting diagram attached to the outside of the structure that details both the configuration for lifting and the total weight. REQUIREMENTS FOR LIFTING OF EQUIPMENT1.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 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.1.2For 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 RR-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 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.1.4Each 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, 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 DIAGRAM1.The equipment shall be provided with a lifting sketch/rigging diagram that meets the following requirements.1.1The 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.)1.2The 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.1.3A copy of the lifting sketch shall be permanently posted on the equipment, and a copy shall be forwarded to Code 714 (396-3345, 3346).2.Riggings sketches, as a minimum, shall identify the following:2.1The weight of the load.2.2The location of the center of gravity.2.3The minimum crane capacity.2.4The minimum capacity/length of slings.2.5The minimum capacity of other standard rigging gear.2.6The 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.2.7Limitations on allowable orientations for any parts making up the lifting assembly.2.8For 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 unlacing of the rope.2.9A 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). 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; 52.212-3 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 Monday 09/14/09. 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 Nancy Hayden, who can be reached at (757) 396-8346, or via email at nancy.hayden@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. 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/79910f4546cc3d82af655b019e18d467)
 
Record
SN01940243-W 20090905/090904001915-79910f4546cc3d82af655b019e18d467 (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.