Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 08, 2024 SAM #8321
SOLICITATION NOTICE

34 -- HOSE CUT OFF AND SKIVE MACHINE

Notice Date
9/6/2024 9:09:10 AM
 
Notice Type
Solicitation
 
NAICS
333515 — Cutting Tool and Machine Tool Accessory Manufacturing
 
Contracting Office
DLA MARITIME - NORFOLK PORTSMOUTH VA 23709-5000 USA
 
ZIP Code
23709-5000
 
Solicitation Number
SPMYM124Q0180
 
Response Due
9/11/2024 2:00:00 PM
 
Archive Date
09/26/2024
 
Point of Contact
MONICA RICHARDSON
 
E-Mail Address
monica.richardson@dla.mil
(monica.richardson@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract with Lowest Price Technically Acceptable (LPTA) Evaluation Factors for the item listed below. The required item is for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice. The Contract Line Items (CLINs) are as follows: CLIN 0001����� HOSE CUTOFF/SKIVE MACHINE ���������� QTY: 1� ���������� U/I:� EA 1. SPECIFICATIONS: 1.1. SCOPE: Procurement for one each (1ea) S1208 Hose Cut-Off and Skive Machine or equivalent for Code 960. 2. EQUIPMENT DESCRIPTION: The equipment shall consist of one each S1208 Hose Cut-Off and Skive Machine or equivalent. 2.1. SALIENT CHARCTERISTICS: Machine shall have the following salient characteristics (minimum). 2.1.1. Design / Construction: 2.1.1.1. Standard Equipment: 2.1.1.1.1. 10� cutoff blade designed to cut a variety of industrial hose including high-pressure double-wire-braid and multi spiral hose in sizes 3/16� through 3� I.D. with a straight clean cut. 2.1.1.1.2. Eight (8�) wire brush that will skive hose in sizes from �� to 2� I.D. clean. 2.1.1.1.3. Integrated self-contained dust collector that is located directly below the saw within the machine base frame. 2.1.1.1.4. Adjustable self-contained skiving mandrels. 2.1.1.1.5. Five sets of holes to be provided for hose pins used to provide proper hose bend radius during cutting. 2.1.2. Options: 2.1.2.1. Hose pay Off Stand. 2.1.2.2. Hose trough with scale and adjustable hard stop. 2.1.2.3. Coolant system to reduce temperatures and blade life. 2.1.3. Machine Requirements: 2.1.3.1. Power Requirement: Machine shall be built to NFPA 79 to accept 480 VAC, 3 phase, 60 Hz or quote package should include step down transformer to machine operation voltage. 3. TECHNICAL MANUALS: Three (3) complete sets of technical manuals covering operation, service and maintenance, and part-listing shall be provided or 1ea. electronic version. 4. QUALITY ASSURANCE PROVISIONS: Inspection and acceptance of the supplies, performed at destination by Code 983 and shall consist of type and kind; condition; operability, if readily determinable; preservation; packaging. 5. PRESERVATION, PACKAGING AND PACKING: 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. 5.1. Nameplate: A nameplate shall be permanently and securely attached to each machine, the information provided on the plate shall be as listed below. a) Nomenclature b) Manufacturer�s name c) Manufacturer�s model designation d) Manufacture�s serial number e) Power input (volts, total amps, phase, frequency) f) Amp rating of largest motor g) Short circuit/over-current protection rating h) Contract Number or Order Number i) National Stock Number or Plant Equipment Code j) Date of manufacture 5.2. Operating and Maintenance Manual: Machines shall be provided with operating and Maintenance Manual (O&M), Electrical Manual, Mechanical Manual & Schematics three (3) each shall be provided with the machine and one (1) each searchable electronic copy (PDF) shall be E-mailed TPOC. 5.3. Warranty: This machine shall be warranted against any defects in material, parts, and workmanship for 12 months after the date of installation. 5.4. Location: Machine shall be installed inside Bldg.202, Shop 56, NNSY (Norfolk Naval Shipyard, Portsmouth, VA 23709). 6. FACILITIES ENTRY REQUIREMENTS: 6.1. 30 days before arrival: contractor shall provide SECNAV 5512 data on all personnel expected to visit NNSY to the TPOC. This shall include list of all personnel expected to visit, identifying those that require SECNAV 5512 forms & those with existing valid base passes. All personnel expected to visit NNSY shall be US citizens. All personnel shall provide two forms of identification. Accepted required identity documentation for proof of US citizenship, US Birth Certificate, US Passport, Certificate of Citizenship, Birthright Citizenship, Certificate of Naturalization, Birth Abroad for US citizens. The TPOC shall provide SECNAV 5512 forms upon request. The TPOC will endorse the SECNAV 5512 form and forward to the NNSY Pass Office 6.2. Vehicle Entry: The company name shall be displayed on each door of the Contractor�s vehicles in a manner and size that is clearly visible. All vehicles shall display a valid state license plate that complies with State Vehicle Code. Vehicles shall meet all other requirement of the State Vehicle Code, such as safety standards, and shall carry proof of insurance and state registration. Passes will be issued for vehicles to enter the shipyard. A separate pass is required for entering the Controlled Industrial Area (CIA). 6.3. Portable Electronic Device (PED): In accordance with COMSUBLANT/COMSUBPACINST 2075.1C, the use of Portable Electron Devices (PEDs) while in or on Department of Navy Controlled Industrial Areas are prohibited. A portable electronic device (PED) is defined as any non-stationary electronic apparatus with singular or multiple capabilities of, but not limited to recording, storing, and/or transmitting data, voice, video, or photo images e.g.: cell phones, laptops, tablets and wearable devices such as fitness bands and smart watches. INSTALLATION RESPONSIBILITIES GOVERNMENT Provide machine foundation in accordance with the manufacturer�s design requirements. Furnish labor and material handling equipment for offloading and placing item on foundation Provide and install anchor bolts and nuts. Set and rough level the machine on its foundation. Level and align machine. Connect machine to the provided utilities hook-up. Provide all necessary tools, gage, and instrumentation necessary to perform the required tests. Provide and charge all systems with fluids in accordance with manufacturer�s instructions. Material for performance testing at Government facility. Provide utilities hook-up within 20 feet of the machine. CONTRACTOR Material for performance testing at Contractor�s facility. CLIN 0002����� TROUGH������ ����������� QTY: 1� ��������� U/I:� EA CLIN 0003 ���� HOSE PAYOFF REEL STAND������������������� QTY: 1� ��������� U/I:� EA The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 333515, Cutting Tool and Machine Tool Accessory Manufacturing with a size standard of 500 employees. The Product Service Code is 3456. The anticipated delivery date for this acquisition is 04 October 2024. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only.� The solicitation number is SPMYM124Q0180 and it is expected to be available on or about �30 August 2024 and posted to SAM.gov, https://sam.gov/ Quotes will be due by 5:00 PM EST on 11September 2024. Responses to the solicitation notice shall be emailed to the attention of Monica Richardson as monica.richardson@dla.mil �Please make sure that the solicitation number (SPMYM124Q0180) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues. Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offeror's to access solicitation documents posted. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed. All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Monica Richardson at monica.richardson@dla.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5722bf310e7244619cb420fc5eec3385/view)
 
Place of Performance
Address: Portsmouth, VA 23709, USA
Zip Code: 23709
Country: USA
 
Record
SN07201859-F 20240908/240906230117 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.