SOLICITATION NOTICE
46 -- Cartridge Filter
- Notice Date
- 9/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Seal Beach Office 800 Seal Beach Blvd. Bldg 239 Seal Beach, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024412T0389
- Point of Contact
- Michael Oliva 562-626-7453
- E-Mail Address
-
Use this email to contact the Contract Specialist
(michael.a.oliva@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: CARTRIDGE FILTER This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. The solicitation number is N00244-12-T-0389. This solicitation is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 201200906. The North American Industry Classification System (NAICS) code is 333999 and the business size standard is 500 employees. This requirement is unrestricted. The NAVSUP Fleet Logistics Center San Diego, Seal Beach Division, intends to solicit for the following: ITEM 0001 Cartridge Filter built to specifications in attached drawing 201220 Quantity: 1 EA Specifications: 1.PRESSURE VESSEL DESIGN CONDITIONS a.DESIGN PRESSURE 150 PSIG b.SERVICE TEMPERATURE RANGE: 33 °F-95 °F c.FLUID: RANGES FROM FRESHWATER TO SEAWATER WITH UP TO 60,000 MG/LITER TOTAL DISSOLVED SOLIDS. d.FILTER CARTRIGES: TWENTYFIVE 30" LENGTH X MAXIMUM Ø2-3/4", POLYPROPYLENE STRUNG WOUND, DOUBLE OPEN END WITH EXTENDED CORE. A REPRESENTATIVE CARTRIDGE IS PALL CORPORATION P/N U003AW30U-EC1U. 2.FILTER CHAMBER REQUIRES 100% SEPARATION BETWEEN THE INLET AND OUTLET CHAMBER SO THAT FILTER BYPASS DOES NOT HAPPEN. 3.FOR THREADED FITTINGS OUTSIDE OF HOUSING, USE MARINE GRADE ANTI-SIEZE THAT ALSO CONTAINS A CALCIUM SULFONATE THICKENER. A SUGGESTED PRODUCT IS BOSTIC NMCBT-8. 4.FOR THREADED FITTINGS INSIDE OF HOUSING, USE NSF 61 CERTIFIED LUBRICANT. A SUGGESTED PRODUCT IS DOW CORNING 111 VALVE LUBRICANT/ SEALANT OR RECTORSEAL T PLUS 2. 5.ON SCREWS SECURING THE TOGGLE LOCKS, USE MEDIUM STRENGTH THREAD LOCKER SUCH AS LOCTITE 242. 6.HYDROSTATIC TEST AT 225 PSIG FOR 30 MINUTES. INSPECT ALL JOINTS AND CONNECTIONS FOR DEFECTS UNDER PRESSURE. THERE SHALL BE NO VISIBLE LEAKS OR WEEPING. 7.NO CODE STAMP REQUIRED PER ASME BOILER PRESSURE AND VESSEL CODE, SECTION VII, DIVISION 1, U-1(c)(2)(f). 8.UNLESS OTHERWISE NOTED, ALL STEEL SHALL BE DUPLEX STAINLESS STEEL, UNS S32205, AND SHALL CONFORM TO ASTM SPECIFICATION A240 (PLATE/ SHEET/ STRIP), A276/A479 (BAR), A790/A928 (PIPE), AND A789 (TUBING), A815 (FITTINGS), A923 (TESTING) OF MOST RECENT ISSUE. UNS S31803 IS NOT AN ACCEPTABLE SUBSTITUTE FOR UNS S32205. 9.ALL MATERIAL CERTIFICATIONS (CERTS) SHALL BE PROVIDED. 10.ALL PIPING TO BE SEAMLESS. 11.SHOP PREPARATION SHALL SEPARATE DUPLEX STAINLESS STEEL AND CARBON STEEL FABRICATION. AVOID AT ALL TIMES THE CONTAMINATION OF DUPLEX STAINLESS STEEL WITH CARBON STEEL OR OTHER IMPURITIES, ESPECIALLY DURING LIFTING AND MOVING WITH FORKLIFTS. DO NOT MIX HAND TOOLS, GRINDING WHEELS, ECT. BETWEEN DUPLEX STAINLESS STEEL AND CARBON STEEL FABRICATION. 12.WELDING NOTES a.WELDING FOR STRUCTURAL STEEL SHALL CONFORM TO THE FOLLOWING STRUCTURAL WELDING CODES, AWS D1.1, AWS D1.6, AWS D10.11, AND AWS D10.18 OF LATEST EDITION. b.USE A FILLER METAL THAT CONFORMS TO SPECIFICATION AWS A5.4 E2209-XX, AWS A5.9 ER 2209, AWS A5.22 E 2209T0-X. ALL FLUX SHALL BE DESIGNED FOR DUPLEX STAINLESS STEEL. c.PRIOR TO WELDING, ALL BURRS SHALL BE REMOVED TO ALLOW FOR COMPLETE FUSION. JOINT SURFACES SHALL BE DEGREASED AND FREE FROM ANY FORM OF CONTAMINATION. THE ROOT SIDE AND FACE SIDE OF THE BASE MATERIAL SHALL BE CLEANED A MINIMUM OF 2" BACK ON EITHER SIDE OF THE JOINT WITH A STAINLESS STEEL WIRE BRUSH OR SANDING DISK AND THEN WIPE CLEAN WITH A CLEANING SOLVENT SUCH AS ACETONE OR MINERAL SPIRITS. d.SEQUENCE OF WELDING SHALL BE SUCH AS TO MINIMIZE THE RESIDUAL STRESSES IN THE STEEL. e.WELDING JOINTS SHALL BE PREPARED WITH ATTENTION TO SURFACE PREPARATION, EDGE PREPARATION, ALIGNMENT, AND ROOT SPACING. NO TACK WELDS SHALL BE USED AT THE STARTING POINT OF THE ACTUAL ROOT PASS WELD. f.ALL GROVE WELDS MUST HAVE THOROUGH PENETRATION AND ABSOLUTE FUSION. g.DURING WELDING, EXCESSIVE WEAVING AND WIDE MOLTEN POOLS SHALL BE AVOIDED TO PREVENT EXCESSIVLY HIGH HEAT INPUT AND HIGH STRESSES. EXTREAMLY LOW HEAT INPUTS WITH RAPID QUENCHING SHALL BE AVOIDED TO PREVENT PREDOMINANTLY FERRITIC HEAT AFFECTED ZONES. THE WELDING ARC SHALL NOT BE STRUCK OUTSIDE THE WELDING BEVEL OR JOINT. h.AFTER WELDING, ALL SLAG, WELD SPATTER, AND OXIDES SHALL BE REMOVED. MECHANICAL CLEANING WITH STEEL BRUSHES OR AN ABRASIVE BLASTING MEDIUM CAPABLE OF TRANSFERING IRON SHALL BE AVOIDED. i.AUSTINETIC FILLER METALS CAN BE USED FOR DISSIMILAR METAL WELDS OF DUPLEX STAINLESS STEEL TO AUSTINETIC GRADES. j.THE FERRITE CONTENT OF ALL ACCESSIBLE COMPLETED WELDS ON THE WELD DEPOSIT ONLY SHALL BE CHECKED USING A FERRITESCOPE. A MINIMUM OF THREE TESTS SHALL BE MADE ON EACH 5 FT OF WELD. THE AVERAGE VALUE OF THE FERRITESCOPE READINGS ON EACH WELD SHALL BE 25% TO 65%. FERRITE CONTENTS SHALL BE: i.IN THE BASE METAL, 30% TO 65%. ii.IN THE HEAT AFFECTED ZONE (HAZ), 40% TO 65%. iii.IN THE WELD DEPOSIT, 25% TO 60%. k.PRIOR TO FABRICATION, PROVIDE A DETAILED WELDING PROCEDURE SPECIFICATION TO PROGRAM MANAGER AND LEAD DESIGN ENGINEER. A REPORT OF THE WELDING PROCESS USED, INCLUDING THE PROCESS CONDITIONS, SHALL BE SUPPLIED WITH THE DELIVERY OF THE FINISHED PRODUCT. 13.CLEAN AND PASSIVATE IN ACCORDANCE WITH ASTM A380 AND ASTM A967. QUALITY TEST AND ACCEPTANCE CRITERIA USING COPPER SULFATE TEST PER ASTM A967. PRIOR TO PASSIVATION, PROVIDE A DETAILED PASSIVATION SPECIFICATION AND PROCESS TO PROGRAM MANAGER AND LEAD ENGINEER. A REPORT OF THE PROCESS AND TESTS USED, INCLUDING THE PROCESS CONDITIONS, SHALL BE SUPPLIED WITH THE DELIVERY OF THE FINAL PRODUCT. 14.REMOVE ALL ROUGH EDGES AND CORNERS ON ALL STEEL. 15.THE APPROXIMATE WEIGHT OF THE PRESSURE VESSEL IS 357 POUNDS. 16.ITEMS 5 AND 6 ARE PROVIDED BY THE GOVERNMENT. 17.ON SITE INSPECTION FOR COMPLIANCE WITH ALL REQUIREMENTS IN DRAWING 201220 WILL BE PERFORMED BY A GOVERNMENT REPRESENTATIVE BEFORE SHIPMENT. SEE ATTACHED DRAWING Offers to be based on FOB Destination to the following location: Port Hueneme, CA 93043 DELIVERY REQUIREMENT Item needs to be ready to ship 90 days after receipt of order (ARO) The following provisions and clauses apply: 52.202-1, Definitions; 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7, Central Contractor Registration; 52.212-1, Instructions to Offerors Commercial Items; 52.52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards, 52.209-6, Protecting the Government ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.219-28, Post Award Small Business Program Representation, 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.232-18, Availability of Funds; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.243-7001, Pricing of Contract Modifications; 252.247-7023, 252.225-7036, Buy American Act ”North American Free Trade Agreement Implementation Act ”Balance of Payment Program Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. Offerors are required to complete and include a copy of the following provision with their quotation: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items ”Alt I. Provision 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be considered, quotes must be received by 5:00 PM PST on 24 September 2012. Quotes can be sent to the Contract Specialist, Michael Oliva via email michael.a.oliva@navy.mil. Facsimile quotes will not be accepted. All quotes shall include price(s), a point of contact, name and phone number, GSA contract number if applicable, business size, contractor ™s CAGE code and payment terms. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Questions regarding this solicitation must be submitted in writing via email to either of the above listed Government points of contact. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet www.dtic.mil/dfars. Offerors are also reminded to comply with 252.204-7004, Required Central Contractor Registration (Mar 1998). Lack of registration in the CCR will make an offeror ineligible for award. Offerors may register via the internet at https://www.sam.gov/portal/public/SAM/. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/280/N0024412T0389/listing.html)
- Record
- SN02880909-W 20120915/120914000223-c35e08f3bf81d662e0ec4c5a3466a23d (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 |