SOURCES SOUGHT
39 -- CAROUSEL VERTICAL LIFT SYSTEMS
- Notice Date
- 7/26/2018
- Notice Type
- Sources Sought
- NAICS
- 333922
— Conveyor and Conveying Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43216-5000, United States
- ZIP Code
- 43216-5000
- Solicitation Number
- SPMYM218Q3426
- Archive Date
- 8/31/2018
- Point of Contact
- JO ANN TOGIOKA, Phone: 3603152057
- E-Mail Address
-
joann.togioka@dla.mil
(joann.togioka@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- The Defense Logistics Agency Maritime Puget Sound is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support a requirement for: 1 each CAROUSEL VERTICAL LIFT STORAGE SYSTEM (BRAND NAME OR EQUAL TO HANEL ROTOMAT 985S/172/342/305 REV 34), 189.8"H X 134.70"W X 67.71" D, 26 CARRIERS W/3.35" HIGH ROL OUT DRAWERS IN 2X2 CONFIG. DRAWERS 52"W X 23"D W/FIXED CENTER DIVIDER. HOLD APPROXIMATELY 230 LBS EACH (30 LBS SQ FT), INCLUDES INSTALLATION, & ROOM PREP W/CDRLS FOR NRTL CERTIFICATION, MANUALS FOR OPERATION/MAINTENANCE/REPAIR, AND WARRANTY DOCUMENTATION. 1 each CAROUSEL VERTICAL LIFT STORAGE SYSTEM (BRAND NAME OR EQUAL TO HANEL ROTOMAT 985S/172/342/305, REV 35), 195.7" H X 1134.70" W X 67.71" D, 20 OPEN CARRIERS W/13.27" CLEAR HEIGHT, 24.8" CLEAR DEPTH, 108.26w,.59" FRONT LIP, EACH CARRIER TO HOLD UP TO 1,296 LBS, INCLUDES INSTALLATION & ROOM PREP W/CDRLS FOR NRTL CERTIFICATION, MANUALS FOR OPERATION/MAINTENANCT/REPAIR, AND WARRANTY DOCUMENTATION. SPECIFICATIONS AS FOLLOWS: 1 SCOPE This specification reflects those characteristics that are essential to the minimum needs of the government for a two (2) Tool Room Vertical Carousels, site preparation and installation of as specified herein The scope of work shall include the "Turn-Key" set-up, operational testing and training of the carousel/vertical lift storage systems/ equipment as specified herein. It is the government's intent that a single (primary) contractor be awarded this contract and be responsible for the accomplishment of all work detailed by this specification. 2 APPLICABLE DOCUMENTS The following documents form a part of this specification to the extent specified herein. Unless otherwise indicated, the issue in effect on the date of an invitation for bids or a request for proposals shall apply. 2.1 SAFETY REQUIREMENTS •· Safety Requirements For The Puget Sound Naval Shipyard And Intermediate Maintenance Facility (PSNS & IMF), Bangor Site A copy of this document is attached to this specification (See Enclosure 1). 2.2 ADDITIONAL SAFETY REQUIREMENTS In addition to the safety requirements specified in Paragraph 2.1, the following is requisite: 2.2.1 The equipment and its component parts shall be in compliance with applicable Code of Electrical Regulations (CFR) Title 29, Part 1910. By definition, any equipment will be deemed acceptable and approved by PSNS&IMF if it meets specific Occupational Safety and Health Administration (OSHA) conditions outlined in CFR Part 1910; Subparts "O" and "S". Specifically, equipment will be "Accepted" by PSNS&IMF if it has been inspected and found by a Nationally Recognized Testing Laboratory (NRTL) to conform to specified plans or procedures of applicable codes. The equipment (as a whole system) shall be Nationally Recognized Testing Laboratory (NRTL) inspected and certified (by an OSHA authorized third party). A NRTL certification report shall be provided. If the equipment type/model has already been NRTL inspected and certified, a certification report or documentation mounted on the equipment, (which acknowledges it is NRTL certified), shall be provided. 2.3 ENVIRONMENTAL COMPLIANCE REQUIREMENTS •· Environmental Compliance Requirements For The Puget Sound Naval Shipyard And Intermediate Maintenance Facility (PSNS & IMF), Bangor Site 2.4 GENERAL ENVIRONMENTAL REQUIREMENTS 2.4.1 Hazardous Material Control shall include the following: 2.4.1.1 Estimated Contractors Hazardous Material Inventory (CHMI) Table provides quantities of each hazardous material to be used on this project. Copies of all Safety Data Sheets (SDS) will be submitted to the Base Environmental Office (BEO) and be kept on site where the work is being performed. 2.4.1.2 Contractor shall not use Hazardous Material (HM) composed of any of the following chemicals or substances: Leads, chromium, mercury, phenols, trichloroethylene, chlorofluorocarbons, halon, PCBs, asbestos, silica sand (for use as blasting agent), Class I Ozone Depleting Substances (ODS), radioactive materials or instruments capable of producing ionizing radiation, and chemicals listed in 40 CFR 355.50 Appendix B. 2.4.1.3 If additional Hazardous Materials (HM) is required for this project, an SDS shall be submitted to the BEO for approval before the HM is brought on board Naval Base Kitsap (NBK) Bangor. The contractor shall not bring on board NBK Bangor any HM until approved by the BEO. All containers of hazardous material shall be resealed, placed in a secure area while on base, and transported off base for reuse of material at other contractor projects. The Contractor shall not generate any contractor generated hazardous or dangerous waste on this project. 2.4.2 Waste Control shall include the following: 2.4.2.1 A trained individual from the shop with a current Waste Originator certification must be present for each shift that hazardous waste is produced. 2.4.2.2 The shop shall submit completed NBK Bangor Waste Information Specification (WIS) forms for all waste, hazardous and non-hazardous, expected to be encountered during the course of this project. The BEO will provide final waste designation along with WIS instructions. If additional wastes are produced after this plan is approved, waste is encountered not identified, or changes occur to waste streams that have already been assigned a WIS number, a new or updated WIS's for each waste stream must be submitted to the BEO for designation. 2.4.2.3 A hazardous waste label must be affixed to the appropriate container upon the first addition of waste. If more than 55 gallons of Dangerous Waste (DW) or 1 quart of Extremely Hazardous Waste (EHW) is produced, the date must be filled in on the label. All containers must be under the control of the shop and located in the same area the waste is generated. 3 GENERAL DESCRIPTION OF SYSTEM - This specification covers the minimum government requirements for a "Turn-Key" Two (2) Tool Room Vertical Carousels. 3.1 WORK INCLUDED - The Contractor shall be responsible for the following: •· Design, manufacture, test and groom all equipment required to provide a complete system and in accordance with the requirements specified herein. •· All shipping, crating, and rigging costs associated with the transport and delivery of the equipment specified herein. •· Complete documentation and organization of all technical data which applies to the operation, maintenance, repair and testing of the specific equipment. •· Installation in our facility of the specified equipment with the features identified in this specification. This includes connection of the equipment to required available utilities. 3.2 WORK NOT INCLUDED - The government/receiving activity will provide: •· Air, electrical and other utilities services (within 50 feet) as required for the proper operation of the equipment unless otherwise stated herein. 3.3 CONDITIONS OF SERVICE AND PERFORMANCE - The following service and operational conditions shall apply to the equipment delivered under this specification. 3.3.1 Environmental Conditions - The specified equipment shall be designed to operate in a non-air-conditioned manufacturing building in an industrial environment. •· Temperature Range: 15 to 110 o F •· Relative Humidity: up to 100% Non-Condensing 3.3.2 Electrical - Each proposed system shall operate on 208 VAC power, in its fully configured and operational state. The building facility has 480 VAC, 3-phase, 60 Hz electrical power, in its fully configured and operational state. A appropriate sized step-down transformer shall be provided and installed by the contractor. 3.3.3 Asbestos - No asbestos products/materials shall be used in any components (i.e. gaskets, etc.) of the equipment. The equipment shall be asbestos free. 3.4 GENERAL EQUIPMENT REQUIREMENTS : 3.4.1 Standard, Off The Shelf Components - All materials and parts comprising the system shall be new, of current design and manufacture, and shall not have been in prior service except as required for factory testing. Standard, off the shelf components with proven reliability shall be used wherever possible to increase performance reliability and reduce costs. The system components shall be one of the manufacturer's current production models which, on the day this solicitation is issued, has been designed, engineered and sold, or is being offered for sale through advertisements or manufacturer's published catalogs or brochures. System components such as a prototype unit, pre-production model, or experimental unit DO NOT qualify as meeting this requirement. The system shall be complete, so that when connected to the utilities identified herein, it can be used for the function for which it is designed and constructed. 3.4.2 Painting - All surfaces shall be painted in conformance with the manufacturer's standard practices and good workmanship. Painting shall result in a highly wear-resistant finish, which guarantees continued protection to the surfaces covered against the specified environment under all service conditions. The manufacturer's standard color shall be provided. Lead base or chromium base paints are prohibited. 3.4.3 Caution - Warning Plates - Corrosion resistant "Caution" or "Warning" plates shall be securely attached to system components in visible locations, with any safety precautions to be observed by the operator or maintenance personnel permanently marked on the plates. 3.4.5 All Electrical Components including motors, starters, relays, switches, and wiring shall conform to and be located in accordance with the applicable NFPA, NEMA, and ANSI standards for the intended application. 3.5 CONTRACTOR PROVIDED CAROUSEL STORAGE SYSTEMS - Installation shall include the following minimal requirements: 3.5.1 This specification covers the minimum Government requirements for two (2) "Turn-Key" Carousel Storage Systems. These systems shall store various types of hardware/fasteners/tools/materials used in the maintenance/repair of submarines. The carousels shall have the capability to store bulky, heavy and dissimilar parts, with fast storage and retrieval times. An operator shall be able to store/retrieve an item via a push button & touch screen controller, using a micro-processor controller. Carriers (that hold spare parts) shall be delivered to an operator comfortably, at an optimum ergonomic height. These Carousel Storage Systems shall be designed for seismic zone 4 installation in accordance with requirements identified in these specifications, and shall meet all safety requirements as outlined in enclosure 1. The contractor shall provide the following (with all dimensions being +/- 3 inches): 3.5.2 One (1) Hanel Rotomat Industrial Carousel Storage System (Model 985S/172/342/305) or equal, including the following minimum technical features: All sides of the Carousel shall be enclosed including bottom, and powder coated in light grey (or similar color). The dimensions are 189.8"H x 135"W x 68"D and no worktable across the front of the carousel. There are to be 26 carriers each with 3.35" high roll out drawers in a 2x2 configuration. The drawers are 52"W x 23"D with a fixed center divider. Each drawer will hold approx. 230 lbs. (approx. 30 lbs/sq ft). Maximum of 1,300 lbs per carrier +/- 5%. Operator access height 35" This storage system shall have data base sharing software (that allow multiply units to communicate with each other, including similar units already installed) 3.5.3 One (1) Hanel Rotomat Industrial Carousel Storage Systems (Model 985S/172/342/406) or equal, including the following minimum technical features: All sides of the Carousel shall be enclosed including bottom, and powder coated in light grey. The dimensions are 195.7"H x 135"W x 68"D and no worktable across the front of the carousel. There are to be 20 open carriers with a clear height of 13.27", clear depth of 24.8", a clear width of 108.26" and a.6" front lip to keep material from sliding off of carrier. Max carrier weight of 1,300 lbs +/- 5%. Operator access height 43". 3.6 The systems shall have the capability (and be set-up) to share one database across both units and an existing Hanel Lean Lift via an Ethernet cable connection. The contractor shall provide the Ethernet cabling connection. 3.7 Each system shall have an Eco-mode programmable energy saving feature that will power down the inactive carousel after a predetermined time of inactivity in four stages or levels. Level 1, the background lighting of the TFT display is turned off. Level 2, the components of the electrical control system are turned off. Level 3, the lighting is dimmed. Level 4, the carousel is turned off at the main switch. 3.8 Each system shall have an Eco-load status imbalance monitor. The monitor will enable the microprocessor controller to achieve optimum distribution of the storage items by making loading recommendations that keep the stored goods evenly distributed thereby saving energy. Motors that are forced to push uneven loads wear out faster and use more energy compared to motors that are moving evenly distributed loads. 3.9 An operator interface station (controller) shall be provided on each Carousel that is easy to use, to store/retrieve parts. The controller shall be mounted on a universal arm. It shall be a Firmware-based unit, with no moving parts, utilizing industrial-grade compact flash memory that is insensitive to dust, dirt, and extreme temperature ranges, to provide high data security with no need to connect to a computer. The Microprocessor control system shall be a standalone database with a full-color touch-screen control and keypad with integrated real-time data browser, providing part and description search, order details, and space utilization information. Transaction logging feature shall provide data on the date, time, processing user, transaction type, quantity transacted, and affected storage location of each pick or put-away process. Provide inventory control features as a standalone unit and can be easily interfaced with external devices such as barcode reader, ID badge readers, and printer. These interfaces/ports will be on the unit already allowing the government to simply plug in a device and have that device work. The control system shall include part number, description, and minimum inventory level. File download capability eliminating the manual entry of information. The system shall be able to process kits or job requests. It must be able to send information to a desktop or printer and receive information from a bar code scanner. It must connect to a computer through an Ethernet connection allowing you to work at your desk or at the Lift itself. The controller must provide the following functions and capacities: Job management - priority controlled processing with acknowledgement of the quantity actually withdrawn; Storage strategies such as FIFO, FIFO with re-storage, selective access to storage locations, fixed location storage and random storage; Storage location unit size; Automatic size dependent storage location search (free space search); Minimum inventory feature with low stock warning and printout of a reorder recommendation list; Quantity factor and availability check for pick lists; Order picking can be sequential or route optimized (shortest route between all of the units); Storage data retrievable via web browser, partially editable 3.10 Each system shall have soft starts and stops. The operator work surface height shall be approximately 35" from the ground. 3.11 The carriers shall be attached to the conveyor chains and guide track with 4 carrier arms per side and attached with four bolts per carrier side thereby increasing stability. This design also eliminates the carousel downtime experienced by carousels with only two arms per side that cannot rotate if one arm breaks. With four carrier arms per side if one arm breaks, the second arm keeps the carrier rotating until a technician can replace it. Carrier access opening shall be reduced to one carrier high (for product security) 3.12 Each carousel must have dual motors. Dual Motor Drive Technology eliminates the torque problems created by single motor drive systems providing longer service for the entire system. And in case of failure of one of the motors the second motor provides redundant power eliminating the need to hand-crank the unit. 3.13 Dual Safety Redundancy, two overrides provide complete operator safety for unit function without the need to hand crank. Emergency Safety System Bypass ensures the carousel is fully operational, even if any part of the safety system is not. The emergency safety bypass system is an immediate solution to light curtain alignment problems or other safety system failures. When in safety bypass, the unit will operate by simply closing the access door. Microprocessor Control Override ensures that retrieval and stocking can still take place, even if the control malfunctions. Should a microprocessor failure occur, the manual override provides an immediate drive alternative. 3.14 Each carousel must be a six-sided cabinet (full top and bottom, standard) designed for cleanliness, security and maximum protection for articles being stored. The skins must have interlocking lips (male/female) for maximum structural integrity and load carrying. This feature also insures that the carousel can only be installed plumb thereby reducing the wear and tear that internal moving parts can experience if not plumb to each other. 3.15 Each carousel shall have continuous guide racks welded in place at the factory to assure proper cycling of the carriers yielding maximum uptime and eliminating the need for costly track adjustments. 3.16 Drive chains shall be installed and pre-tensioned at the factory. No field adjustment shall be required following installation ever. 3.17 The carousels must use sealed self-lubricating bearings ensuring longer life and less maintenance. 3.18 Multifunctional Positioning Sensor shall allow for multiple stopping locations for each carrier. All stopping heights shall have the capability to be different on each carrier. 3.19 The carousels shall have split, locking doors with upper and lower full length piano hinge style safety touch thresholds to ensure article security and operator safety. The threshold shall break away from the rotating carriers creating a safety gap (no pinch point in case of safety failure) for protecting personnel and stored items from any risk by bringing the carousel to an immediate stop. 3.20 The carousel must have a 25% Imbalance Drive Capacity to allow for maximum imbalance while still rotating. 3.21 Self-monitoring LVS light curtain shall be installed at the operator access opening. This shall provide safety features that protect the operator from injury when the carriers are moving. This feature shall immediately stop the carriers from moving, when an operator's hand/arm is in danger of injury. 3.22 Lockable sliding door(s), with two keys shall be provided (so stored parts can be secured). 3.23 An emergency stop button shall be provided at the operator's station that is of the mushroom type and colored red. 3.24 An operator lighting system shall be provided (i.e. full width LED energy saving, overhead lighting) 3.25 Quality and durable construction of all system components. System structural components shall be rigid and stable. 3.26 Operations Journal Logging - which shall allow for tracking each transaction (storage to a new location, storage to an existing location, retrieval, retrieval with deletion of a bin, cancelled part request and manual shelf call) by time, date and storage location affected. This is accessible via the integrated web interface and can be exported to other programs. 3.27 Item Pool Management - which shall allow descriptive data and reorder points to be electronically sent to the unit, rather than having to type this information at the controller. Also allows for storage of this data without having a storage location assigned within the unit. 3.28 Access Code Management - with magnetic locking doors- which shall provide username/password functionality with the ability to control shelf access to specific users. The system will only rotate when the doors are closed. 3.29 Each carousel shall provide a position and depth bar, which shall have an LED Light Bar with Position and depth indicators every 6" across access opening. The carousels shall have a total of 18 lights across the front. 3.30 The systems shall have the capability (and be set-up) to share one common database with the existing Hanel Lean Lift units via an Ethernet cable connection. The contractor shall provide the Ethernet cabling connection. 3.6 CONTRACTOR PROVIDED MISCELLANEOUS SERVICES - Miscellaneous services shall include the following minimal requirements: 3.9.1 Coordination with Authority Having Jurisdiction (AHJ) for Electrical installation and modifications. Utilities installation shall include the contractor requesting each necessary utility outage(s). The contractor shall complete and submit an outage request form (for each utility outage), and pay a nominal outage fee (for each outage) to the local base operating contractor (who will secure/re-energize the utility source). 3.9.2 Compliance with all required Naval Base Kitsap Safety, Environmental, Quality Control, Base Security, Waste Management and Disposal, and other construction requirements necessary for the enclosure installation. 3.9.3 Coordination for required outages, inspections, and testing (if required). 3.9.4 Submittals, Color, and Finish Selection Coordination. 3.9.5 As-Built, and Operation and Maintenance (O&M) Manuals and Documentation at completion of the project. 3.9.6 Commissioning and startup. 3.9.7 Provide a layout drawing to the government (and receive government approval of the layout drawing) prior to procurement of enclosure components and project start-up (installation). 3.10 CONTRACTOR INSTALLATION AND SET-UP SERVICES TO BE PROVIDED - The specified modular enclosure, and all associated equipment shall be assembled, installed, set-up and tested by the contractor in the area(s) designated as its functional work area by the Receiving Activity Point of Contact. The contractor shall provide all personnel, and supplies necessary for the complete installation and set-up of the proposed modular enclosure (except as noted elsewhere in this specifications). The contractor shall remove/relocate overhead light fixtures, a heater and electrical conduits/wiring (that feed these fixtures), which interfere with the location of the lifts. 3.10.1 Each Carousel shall operate on 208 VAC, 3 phase power. The contractor shall install conduit and wiring, connecting each system's electrical panel to the building's electrical power panel (where an appropriate sized breaker shall be provided by the government for each system). This includes installing conduit fasteners, etc. The contractor shall follow all applicable codes, when installing this electric service. An electrical power disconnect box for each system shall be provided and installed by the contactor in the vicinity of each storage system. 3.10.2 Coordination - The Contractor shall contact the Receiving Activity Point of Contact with a proposed installation schedule (at least one week before the installation starts). The installation schedule shall be subject to review and approval of the Receiving Activity Point of Contact. Approval of installation schedule shall not relieve the Contractor of any responsibility for performance in accordance with the contract. The Contractor shall coordinate the site preparation and the delivery of materials in a manner which causes minimum disruption/interference with the activity's normal business routine. 3.10.2 Work Process - The Contractor shall provide a field supervisor to direct set up and testing. The field supervisor shall have full authority to implement his field decisions in an expeditious manner. No work shall be accomplished when the field supervisor is not in the immediate work area. 3.10.3 Lifting And Rigger Services - The contractor shall provide all material handling equipment necessary to unload the module components, etc., and transport it to the installation site and any other equipment (such as forklifts, man-lifts, etc.) necessary for continuous support of the transportation and installation of the specified module components, etc., and shall provide qualified personnel to operate it by the contractor. The contractor shall not use cranes and only use a forklift to lift materials from the bottom of the load (and not from the top, in a crane-like manner). 3.10.4 Contractor Site Visit - The contractor shall make a site visit to the facility prior to submitting a bid. This shall include viewing the existing facility, utilities, etc. The contractor shall have a complete understanding of the requirements for the installation of the specified equipment (prior to bidding on this project). 3.10.5 Security Escorts - The contactor shall secure and provide security escorts when their personnel are on the Delta Pier. 3.10.6 Seismic Anchors - Each storage system shall be anchored to the floor to meet current local earthquake seismic Zone 4 requirements. 4 INSTALLATION SUPPORT SERVICES PROVIDED BY THE GOVERNMENT - The activity will provide the following in support of the installation: 4.1 Receiving Activity Point Of Contact - Upon contract award, the receiving activity (Puget Sound Naval Shipyard & Intermediate Maintenance Facility, at Bangor) shall designate a Receiving Activity Point of Contact who shall be responsible for appropriate surveillance and coordination of all services to be performed under this contract. The Receiving Activity Point of Contact shall serve as the contractor's primary contact for all interaction with Government activities. 4.2 Utilities - Reasonable amounts of water, shop air (80-90 psi) and electricity shall be made available adjacent (within 50 feet) to the assembly site at no cost to the contractor (for temporary use during the installation of the specified equipment). The Contractor shall be responsible for any costs incurred in connecting, converting and transferring the utilities to the work site. 4.3 Storage - Lay-down area will be provided within the vicinity of installation site for storage of Contractor materials and tools. The Government does not accept responsibility for security of Contractor's materials or tools. The area must be kept clean and orderly, free of rags, paper and other debris. Failure to maintain area in a clean condition may result in the loss of the area. The Contractor shall be responsible to restore the storage area to original condition after use. 4.4 Disposal Of Waste - Puget Sound Naval Shipyard and Intermediate Maintenance Facility is the owner of all waste (hazardous or otherwise) generated within its facilities. This includes waste generated by contractor personnel while working at Puget Sound Naval Shipyard and Intermediate Maintenance Facility. All waste generated by this contract shall be turned over to the activity for disposal prior to the end of the work shift. 5 TECHNICAL DATA TO BE PROVIDED 5.1 Operator / Maintenance / Repair Manuals - The equipment shall be furnished with three (3) hard copies of the manufacturer's standard Operation, Maintenance, and Repair Manual(s), bound in durable three ring binder(s). The manuals shall include all mechanical and electrical schematics showing discrete components/block diagrams/wiring diagrams with inputs and outputs identified/system electrical interface documents and drawings for the specific model of all machine equipment/drives/controls supplied. The information contained in the manual(s) shall reflect the unit and its components in the "as built" configuration. The information contained in the manual(s) shall be adequate to permit trouble shooting and repair of the equipment by journeymen level personnel. The information contained in the manual(s) shall be in the English language. The information contained in the manual(s) shall be in imperial units of measure. The vendor shall provide a "no asbestos used" statement, certifying that all products/materials (i.e. gaskets, etc.) used in the components of the equipment does not contain asbestos, as outlined in paragraph 3.3.3 5.2 NRTL Certification Report - As outlined in paragraph 2.2.1 6 WARRANTY - Supplies and services furnished shall be covered by warranty from defects in design, materials and workmanship. The warranty shall be the manufacturer's standard commercial warranty, which shall conform to all the requirements of the contract. Acceptance of the manufacturer's standard commercial warranty shall not minimize the rights of the Government under clauses in the contract, and in any conflict that arises between the terms and conditions of the contract and manufacturer's warranty, the terms and conditions of the contract shall take precedence. The warranty period shall be for 1 year. The warranty period shall commence from the date of acceptance. All warranty work shall be provided by a factory authorized distributer. 7 QUALITY ASSURANCE PROVISIONS 7.1 RESPONSIBILITY FOR INSPECTION - The Contractor shall be responsible for the performance of all inspection requirements (examinations and tests) as specified herein. The Government reserves the right to perform any of the inspections set forth in this specification, where such inspections are deemed necessary to assure supplies and services conform to the prescribed requirements. 7.2 RESPONSIBILITY FOR COMPLIANCE - All items shall meet all requirements of this specification. The inspection(s) set forth in this specification shall become part of the contractor's overall inspection system or quality program. The absence of any inspection requirements in the specification shall not relieve the contractor of the responsibility of assuring that all products or supplies submitted to the Government for acceptance comply with all requirements of the contract. Sampling inspections, as part of manufacturing operations, is an acceptable practice to ascertain conformance to requirements; however, this does not authorize submission of known defective material, either indicated or actual, nor does it commit the Government to accept defective material. 7.3 INSPECTION/TESTING AT ORIGIN - Basic performance tests (prior to shipment) shall be conducted by the manufacturer on the primary equipment and all associated equipment to the extent practicable, to demonstrate functionality, to ensure contract requirements are being met. The tests may be performed by the Contractor, either by personnel of their service organization directly, or by an independent testing agency. The contractor shall contact the government two (2) weeks before the completion of the manufacturing of the specified equipment. This shall allow the government the option of sending their technical representative(s) to witness the tests, and to ensure contract requirements are being met, prior to shipment of the unit to the government. 7.4 INSPECTION/TESTING AT DESTINATION 7.4.1 Initial Test And Grooming - The equipment delivered with the system shall be inspected by the Government for mechanical and electrical integrity as follows: All welds shall be inspected for integrity and appearance. Surfaces shall be examined for sharp edges and burrs. Fasteners shall be checked for tightness and if fixed to prevent loosening due to vibration. Paint will be checked for flaking and blistering. Electrical requirements shall be examined for compliance to the National Electrical Code, (NFPA 70/79). The fit of parts shall be observed, with particular reference to the interchangeability of those that are likely to require replacement. Faults will be duly recorded and presented to the contractor for rectification. 7.4.2 Operational Tests - Upon satisfactory completion of the tests above, the equipment shall be set up for an operational test and evaluation. The contractor shall demonstrate the ability of the equipment to perform as required in this specification. All equipment functions shall be exercised to the extent necessary to prove proper operation in accordance with specification requirements. The system shall function, without failure, for the duration of this test period. If a failure occurs during the test period, repairs shall be immediately affected by the Contractor, and the tests shall be restarted from the first test. Three failures without completion of the test period shall be considered cause for rejection of the system. For the purpose of this test, a "failure" is defined as any equipment malfunction, which requires remedial action to restore the system to full operation in accordance with contract specifications. 7.5 PROVISIONS FOR REPAIR AND RETEST - In the event of a test failure, the contractor, at their discretion, may elect to correct the failed condition and request a retest of the system (vs. shipping the equipment back to the manufacturer for repairs). 7.6 FINAL ACCEPTANCE - Final acceptance shall be u pon satisfactory completion of installation, inspection and testing of the system (as outlined in this specification). 8 DELIVERY 8.1 It is required that all goods and services provided by this solicitation be delivered prior to 120 days of contract award. 8.2 The Surveillance Officer shall be notified no less than 48 hours prior to the arrival at the site of the specified equipment and/or contractor personnel. 8.3 Material transportation from the manufacturer's facility to the work site shall be the responsibility of the contractor. Limited secured storage areas at the facility will not permit the Government to store material for extended periods of time. Early shipment of materials, without the permission of the receiving activity shall be refused. 8.4 PACKING MATERIAL - The use of shredded paper, whether newspaper, office scrap, computer sheets, or wax paper, in packing material for shipment to Navy activities, is prohibited. 8.5 It is the Government's intent that the Contractor delivers a fully operational and functional system meeting the requirements stated herein prior to acceptance by the receiving activity and final payment by the government. Delivery of this system shall occur when all deliverable items of this contract have been received, installed and made operational and the contractor has demonstrated and the receiving activity has confirmed that the system meets or exceeds the requirements set forth in this specification and is ready for Government use. 9 GENERAL NOTE 9.1 RESPONSE TO REQUEST - As a part of the response to this request, descriptive literature (in accordance with FAR 52.214-21) shall be furnished in sufficient detail to show that the proposed design will meet these specifications. Vendor submittals shall include brochures of the model being submitted, assembly sketches with critical dimensions, sketches (with dimensions) of all tooling provided, statements of compliance with specification, and performance statements with special attention to the key performance criteria stated herein. 9.2 ADMITTANCE TO THE WORK SITE: 9.2.1 Upon contract award, employees or representatives of the Contractor who may require access to the Receiving Activity's facility and shall be admitted to the work site only after they have been issued a security pass/ID badge. 9.2.2 For access to the main, perimeter gates at any Navy Base Kitsap installation, contractors are required to be a US Citizen and have either: •9.2.2.1 Defense Biometric Identification System (DBIDS) badge or 9.2.2.2 A one-day visitor badge obtained from Pass & ID (located by the main gate to the base). Contact the Receiving Activity Point of Contact to request a one-day visitor badge. 9.2.3 The DBIDS badge does not give access through the second, Operational Area (OA) gate to lower base Bangor, which includes the Delta Pier/Waterfront Restricted Area. To gain access through the OA Gate, or Delta Pier/Waterfront Restricted Area, a Navy Region NW badge is required (through the on-line Base Authorization and Visit Request (BAVR) computer system). To request a Navy Region NW badge, Go on line to "https://www.bavr.cnic.navy.mil/", and submit a request for a badge, a minimum of two to three business days prior to arrival. The "Command you are visiting" is: NAVIMFAC. The "Sponsor E-Mail" for an on-line badge should be: larry.schofield@navy.mil (Larry Schofield, 360-315-1187). In the "Purpose of Visit" box, please add the Receiving Activity Point of Contact and the building/area you are visiting. If the BAVR computer system doesn't work, all visiting personnel shall contact the Receiving Activity Point of Contact or our security manager, Larry Schofield, 360-315-1187 to schedule a visit(s), and shall provide the following information: * Full Legal Name * US Citizen (Yes/No) * Company Name •9.3.4 DBIDS badge requirements: 9.3.4.1 Any contractor, vendor or supplier requesting main, perimeter base access will be required to obtain a Defense Biometric Identification System (DBIDS) credential. DBIDS increases installation security and communications by receiving frequent database updates on changes to personnel/credential status, law enforcement warrants, lost/stolen cards, and force protection conditions. The system provides continuous vetting anytime the DBIDS card is scanned at an installation entry point. The following is required to get a DBIDS credential: • Present a letter or official document from any government sponsoring organization that provides the purpose for your access. • Present valid identification, such as a passport or Real ID Act-compliant state driver's license. • Present a completed copy of the SECNAV 5512/1 form to obtain your background check. • Upon completion of the background check, the Visitor Control Center representative will complete the DBIDS enrollment process, which includes your photo, finger prints, base restrictions, and several other assessments; after all this is done, you will be provided with your new DBIDS credential. 9.2.4.2 FOR MORE INFORMATION VISIT: https://www.cnic.navy.mil/om/dbids.html 9.2.5 All deliveries must pass through the base Truck Inspection Station. All delivery vehicles are subject to inspection. Drivers should expect delays due to heightened security. 9.2.6 Notice: Persons who are currently on probation or parole from a felony conviction cannot qualify for security clearances, and will be denied access to the activity. 9.2.7 It shall be the Contractor's responsibility to collect and account for all identification passes issued to their personnel at the expiration of the contract or when access is no longer required. 9.2.8 Foreign Nationals or Affiliations - Foreign Nationals (non U.S. Citizens) or persons affiliated with, or employed by, a foreign, or foreign owned company will not be granted access without proper Commanding Officer's written approval. 9.2.9 Identification. All Contractors shall clearly identify themselves as contactor personnel.8.3 9.3 RESTRICTIONS: 9.3.1 Parking - Vehicles and equipment required by the Contractor to complete this contract must be registered with Security. Forms for obtaining vehicle passes and permits may be obtained from the Receiving Activity Point of Contact. Parking is available at or near the work site or at other authorized areas on the station. Contractor vehicles must be marked on the outside with the company name or logo or both. Failure to comply will result in ticketing and/or loss of vehicle privileges. 9.3.2 Regular Working Hours - All work is to be performed during PSNS & IMF, Bangor Site's regular work hours from 6:30 a.m. to 3:00 p.m., Monday through Friday except for Federal Holidays. If the Contractor desires to work on Saturdays, Sundays, holidays, or outside the regular or specified hours/days, the Contractor shall submit a request to the Receiving Activity Point of Contact, for approval a minimum of two (2) working days prior to the anticipated work date. In no event shall a Contractor carry on work outside the hours and days specified in the contract without prior approval. 9.3.3 Restricted Colors - PSNS & IMF, Bangor Site uses the colors magenta and yellow to identify specially controlled materials. The Contractor is specifically prohibited from using magenta and yellow colored plastic wrapping materials or bags, tape, or other covering materials. 9.3.4 Radio Restrictions - Operation of privately owned citizens band or amateur radio equipment (receive and transmit) within the geographic limits of the activity is prohibited. All radio equipment installed in privately owned motor vehicles must be turned off upon entering the premises. 9.3.5 Contractor Electronic Devices - Use of such devices, including cell phones, and computers shall not be capable of photography or digital recording by contractor personnel at PSNS & IMF, Bangor Site is restricted. This includes p ersonally owned Portable Electronic Devices (PEDs) that are used for storing data, including but not limited to removable storage devices (e.g. memory sticks rewriteable CDs and DVDs, Zip and floppy disks). Contractors requiring such devices in the performance of this contract shall have the equipment inspected and approved by the PSNS & IMF Information Assurance office, located in Bremerton, WA. If this equipment is needed, it must comply with the photography regulations. Please contact Christopher Yeagley at 360-315-5112, christopher.yeagley@navy.mil to make a request. Please allow 5 business days for appointments with PSNS & IMF cyber security to be made. 9.3.6 Photography/Recording - Contractor personnel are prohibited from having p ersonal reproduction equipment of any kind, including but not limited to photocopying, copying, and/or recording devices. This includes photographic equipment, tape recorders, or other recording devices in their possession while inside the Operations Area (OA). Contractors requiring the use of photographic equipment in PSNS & IMF, Bangor Site spaces must request authorization through the IMF security office. Please contact Larry Schofield at 360-315-1187, larry.schofield@navy.mil, to make a request. 9.3.7 Prohibited Items - The items listed below are prohibited (and includes a ny other item, which the possession of is prohibited by Federal, State or municipal law, Department of Defense or Department of Navy instruction directive or policy). 9.3.7.1 Weapons or other dangerous materials of any kind, including by not limited to firearms, ammunition, knives (blades longer than 3-inches), explosives, incendiaries, personal defense aerosols/sprays. 9.3.7.2 Alcoholic Beverages of any kind and illegal to include marijuana. 10 PERSONAL HEALTH AND SAFETY 10.1 The Contractor shall provide their employees with all necessary safety equipment during the performance of work on this contract, and ensure their employees follow safe work practices. All contractor personnel shall have in their possession and shall properly wear OSHA approved personnel protective safety equipment (i.e. hard-hats, safety shoes, safety glasses with permanently attached side shields, face protection and hearing protection; In addition, any special PPE required for the task or process, including the required training for the particular PPE). The Contractor shall provide all appropriate safety barricades, signs, and signal lights required to properly isolate the area of work. 10.2 All Contractors shall clearly identify themselves as contactor personnel. 10.3 MEDICAL TREATMENT. Government emergency vehicles and medical personnel shall only be used in emergency situations affecting contractor personnel whose life may be in danger or who are seriously injured. Government facilities may be used in these instances as the first point of treatment. Transfer to a non-Government medical treatment facility shall be made as soon as possible and as determined by attending medical authorities. 11 WORK SITE INFORMATION 11.1 REGULAR WORKING HOURS/SHIFTS. Regular working hours is normally 8 hours (6:30 am ‑ 3:00 pm), with a 30-minute lunch break, Monday through Friday. Working hour variations may be requested by contractor personnel, and approved by the Receiving Activity Point of Contact. 11.2 Holidays and Shutdown Periods. All shutdown periods, when directed by the Commanding Officer, are normally associated with holidays or inclement weather. Naval Base Kitsap policy is to continue operations during adverse weather. Severe weather may cause an electrical power outage, or snow, ice, or wind conditions may cause the base to remain closed. Other shutdown periods may be declared by Executive Order. Contact the Surveillance Officer regarding severe weather or Executive Order shutdown information. The contractor shall not be required to work during designated shutdown periods. Holidays observed by the contractor shall include all legal holidays observed by the Government. These holidays are: New Year's Day Labor Day Martin Luther King Day Columbus Day President's Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day 11.3 Overtime is not authorized. Overtime is defined as hours worked in excess of the employee's normal workweek. The normal workweek is defined as forty (40) hours. 11.4 Nothing contained in the specifications shall relieve the Contractor from complying with applicable Federal, state, and local laws, codes, ordinances, and regulations, including the obtaining of licenses and permits that may be required for the Contractor or Subcontractor(s) to perform a particular function, such as hazardous waste handling or disposal, for example. ENCLOSURE 1 SAFETY REQUIREMENTS FOR THE PUGET SOUND NAVAL SHIPYARD AND INTERMEDIATE MAINTENANCE FACILITY, BANGOR SITE SCOPE These specifications provide safety information and procedures required for any work performed at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS & IMF), Bangor Site. This does not include additional safety requirements from Naval Base Kitsap at Bangor which is the host activity at Bangor. APPLICABLE DOCUMENTS The following documents form a part of this specification. Unless otherwise indicated, the issue in effect on the date of a request for proposals or request for quotes shall apply. National Fire Protection Association (NFPA) NFPA 54 National Fuel Gas Code NFPA 70 National Electric Code NFPA 79 Electrical Standards for Industrial Equipment Code Of Federal Regulations 29 CFR 1910 Occupational Safety and Health Standards 29 CFR 1915 Occupational Safety and Health Standards for Shipyard Employment 29 CFR 1926 Safety and Health Regulations for Construction (Application for copies should be addressed to Superintendent of Documents, Government Printing Office, Washington, DC 20402) Washington State Administration Code (WAC) WAC 173-60 Maximum Environmental Noise Levels I. GENERAL REQUIREMENTS •a. All documentation/correspondence and/or communication specified in these specifications shall be submitted to the Contracting Officer or their designated Government Representative. •b. Mutual Understanding Meeting. Prior to commencing work : The Contractor shall meet in conference with the Contracting Officer, and other necessary Government personnel to discuss and develop mutual understandings regarding administration of the Safety Program, methods and schedules, security, and any other subject necessary for a smooth and successful operation. •c. Environmental & Safety Compliance, General Awareness Training, and Regulatory Interface 1. Contractors working at the PSNS & IMF are required to perform their work in compliance with all Federal, State, and local regulations pertaining to the environment at all times. 2. The contractor is responsible for complying with the safety regulatory notices or orders, including payment of any fines attributable to the contractor's conduct, regardless of whether or not the contractor is the name recipient of the notice, order, or fine. 3. The contractor is responsible to perform all duties and responsibilities for environmental and safety compliance set forth in this contract. The Contracting Officer can use failure to comply with the responsibilities for environmental and safety requirements as a basis for termination for default. 4. Failure to comply with or repeated violations of local, state, or Federal regulations can result in the violator(s) losing their access to PSNS & IMF or the operation being suspended until the Contractor can provide properly trained personnel. Certification of training shall be presented upon request by the Contracting Officer. The contractors (including its employees) loss of access to PSNS & IMF will not be considered by the Contracting Officer as a basis for an adjustment to the contract for additional costs incurred by the contractor. 5. The contractor shall be responsible for conducting routine inspections of the work and storage areas to maintain compliance with the cleanliness and safety requirements associated with this contract. d. Definitions - Technical: 1. Contractor. The term Contractor refers to both the prime Contractor and subcontractors. The prime Contractor shall ensure that his/her subcontractors comply with the provisions of this contract II. HEALTH AND SAFETY a. Personal Health And Safety Contractor work performed at PSNS & IMF is typically in an industrialized area and is subject to OSHA Standards. The contractor shall conduct all work in a safe manner and shall provide all necessary safety equipment. The contractor shall make the maximum use of low-noise emission equipment as certified by the Environmental Protection Agency. Applicable regulatory requirements for maximum environmental noise levels are published in the Washington Administrative Code, WAC 173-60. The contractor shall provide hazardous noise signs and label equipment wherever work procedures and equipment produce sound-pressure levels greater than 84 dB(A) steady state and/or 140 dB peak sound pressure level for impact or impulse noise, regardless of the duration of the exposure. b. Compliance With OSHA Contractor's personnel shall perform all work in accordance with the most current OSHA rules and regulations issued by the Department of Labor, as applicable. For all electrical equipment installation, the equipment and its component parts shall be in compliance with the applicable OSHA regulations in accordance with CFR Title 29, Chapter XVII, Part 1910 and installed in accordance with NEC/NFPA requirements. Approval shall be as specified under the "Approval" and "Acceptance" criteria in the OSHA regulations Subpart "O", Machinery and Machine Guarding paragraph 1910.212 and Subpart "S" Electrical, paragraph 1910.303 and paragraph 1910.399. The contractor shall ensure all hazardous material (e.g. hydraulic oil, lubricants, grease, ink, paint, etc.) that is delivered with the equipment, is properly labeled and a Material Safety Data Sheet (MSDS) for each hazardous material is provided, as outlined in OSHA paragraph 1910.1200. MSDS(s) shall be delivered to the Receiving Activity Point of Contract/Surveillance Officer (who will deliver the MSDS(s) to the appropriate Hazardous Material Coordinator for addition of the material to the shop Authorized Use List, and possibly have the material labeled (by the government) with a Hazardous Material barcode). c. PCB Certification Provide written certification from the manufacturer that any new equipment provided by this contract contains no detectable PCBs (less than two (2) parts per million (ppm)). The certification shall be on the manufacturer's letterhead and signed by a company official who is empowered to provide same. PCB Label Plate - A label plate containing the PCB Certification information shall be permanently affixed to the equipment in the vicinity of the manufacturer's identification plate. The certification label shall be engraved or etched on wear and corrosion resistant material. d. Safety Equipment During the performance of work under this contract, all contractor personnel shall have in their possession and shall properly wear OSHA approved personnel protective equipment (i.e. hard-hats, safety shoes, safety glasses and hearing protection and other PPE as necessary). The Contractor shall provide all appropriate safety barricades, signs, and signal lights. e. Safety Inspections The contractor's workspace may be inspected periodically for compliance with OSHA Standards. Abatement of violations will be the responsibility of the contractor and/or the Government as determined by the Contracting Officer. The Contractor shall provide assistance to the Safety Office escort and the federal OSHA inspector if a complaint is filed. Fines levied on the Contractor by federal OSHA offices due to safety/health violations shall be paid promptly by the Contractor. f. Energy Control Prior to commencement of ashore work, the contractor shall provide their 29 CFR 1915.89 compliant program/procedures to the Government's Representative. The contractor is required to meet with the Government's Representative and all affected Lockout-Tags-Plus Coordinators to discuss and coordinate lockout/tags-plus interfacing and work requirements. The contractor shall notify all employees working in the area that Hazardous Energy Control work will be performed. Contractor personnel shall ensure Hazardous Energy Control training is current and complies with 29 CFR 1915.89. Equipment provided by the contractor shall provide energy isolating devices (e.g. safety switches valves, etc.) to protect personnel from Hazardous energy. These energy isolating devices shall be designed and manufactured such that they can be locked to prevent inadvertent operation or unauthorized change. The contractor shall ensure all energy isolating devices installed or modified are capable of being locked. To include, but is not limited to, manual, mechanical and electrical devices. Contractor personnel are required to know and understand all energy sources associated with their work, the means to control these sources of energy and to render the system inoperative before work can begin. Government organizations representatives shall ensure adherence to the "Organizations that issues contracts" section located in OSHE Control Manual Chapter 250 Hazardous Energy Control. Government representatives shall also make certain all contractors understand "Contractors and other Non-Shipyard Government Organizations Shall" section of the OSHE Control Manual Chapter 250 Hazardous Energy Control. Contractor personnel are also required to know the Hazardous Energy Control policy that PSNS & IMF employees are working to. g. Audible Noise Levels The peak audible noise emitted by the equipment being installed by the contractor shall not exceed 84 decibels at the operators work position, nor at any other point at a distance of three feet from the equipment, as measured on the "A" weighed scale of a standard sound level meter under all operating and service conditions. h. Accident Reporting The contractor shall submit to the Contracting Officer, using the cognizant regulatory agencies prescribed forms, exposure data and all accidents resulting in death, trauma, or occupational disease. Accident reports shall be submitted within 24 hours of their occurrence. The contractor shall submit to the Contracting Officer a full report of damage to Government property or equipment by Contractor employees. Damage reports shall be submitted within 24 hours of the occurrence. i. Emergency Medical Care Only emergency medical care is available in Government facilities to contractor employees who suffer on-the-job injury or disease. Care will be rendered at the rates in effect at the time of treatment. Reimbursement shall be made by the contractor to the Naval Regional Medical Center Collection Agent upon receipt of statement. j. Fire Protection The contractor and his employees shall know where the fire alarms are located and how to turn them on. The contractor shall handle and store all combustible supplies, materials, waste, and trash in a manner that prevents fire or hazards to persons, facilities, and materials. Contractor employees operating critical equipment shall be trained to properly respond during a fire alarm or fire. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 333922. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposal; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to provide these items, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization, Vendor Cage Code; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability. Organizations should address all of these areas identified. If you have any questions concerning this opportunity, please contact: Jo Ann Togioka@dla.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SPMYM218Q3426/listing.html)
- Record
- SN05008721-W 20180728/180726231151-060533644b1a0db125f8f92444c9fe13 (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 |