SOLICITATION NOTICE
W -- QTY (1) each combined Air Compressor and Regenerative Air Dryer for the time period from April 14th, 2008 to November 1st, 2008.
- Notice Date
- 3/6/2008
- Notice Type
- Solicitation Notice
- Contracting Office
- N00189 FISC NORFOLK, PORTSMOUTH OFFICE Building 1500 Code 530 Portsmouth, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018908TN065
- Response Due
- 3/17/2008
- Archive Date
- 4/16/2008
- Point of Contact
- David Fellling 757-396-8880 Cindi Newcomb 757-396-8352
- 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 (http://www.neco.navy.mil/ ). The RFQ number is N00189-08-T-N065. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-24 and DFARS Change Notice 20080124. 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/dfars/index.htm. The NAICS code is 532490. The Fleet and Industrial Supply Center, Norfolk Maritime Industrial Division located at the Norfolk Naval Shipyard, Portsmouth, VA requests responses from qualified sources for: Monthly, weekly and daily rates for; CLIN 0001, REQN: N4215808RCHK420, QTY (1) each combined Air Compressor and Regenerative Air Dryer for the time period from April 14th, 2008 to November 1st, 2008. Steam Plant Layup Rental Equipment Specifications (Grade D Air Compressor and Regenerative Air Dryer) GENERAL SPECIFICATIONS: Grade D Air Compressor Specifications: 1. Air Compressor must be oil free. 2. Must be electrical powered 230/460 V. Capable of starting and running on a 400 amp circuit breaker. 3. Compressor to be furnished with a male 500 mcm Kamlock fitting. 4. Provide at least 750 Cubic Feet per Minute (CFM.) 5. Supply pressure at 125 Pounds per square Inch (PSI.) 6. Must be capable of running 24 hours/day, 7 days/week. 7. Whip-check devices must be supplied with compressors. 8. Must have moisture separator (electric type) after coolers. 9. Discharge must be 2?? NPT. (If unit is not equipped with 2?? Male NPT Outlet connection, contractor to provide adapters as required to provide 2?? Male NPT outlet connection on the unit.) 10. Compressors must deliver grade ??D?? air per CGA G-7.1. 11. Unit must be a complete system. 12. Contractor to adhere to the rigging requirements as outlined in Rigging Sketch Requirements specified below for contractor equipment at Norfolk Naval Shipyard. 13. Unit must be free standing and must have forklift slots (capable of being moved with a forklift.) 14. Air compressor must have rotary screw design. Regenerative Air Dryer Specifications: 1. Regenerative Air Dryer must provide an extra low dew point to -100?aF. 2. Must be capable of handling at least 850 cubic feet minute (CFM) at 125 PSIG. 3. Electrical Requirements: 110/120 VAC, 60 HZ, 1 Phase 4. Inlet and outlet must be 2?? NPT. (If unit is not equipped with 2?? Male NPT Inlet and Outlet connections, contractor to provide adapters as required to provide 2?? Male NPT inlet and outlet connections on the unit.) 5. Contractor to adhere to the rigging requirements as outlined in Rigging Sketch Requirements specified below for contractor equipment at Norfolk Naval Shipyard. 6. Unit must be free standing and must have forklift slots (capable of being moved with a forklift.) CONTRACTOR RESPONSIBILITY: 1. Equipment delivery and removal at no cost to the government. 2. Provide all parts requiring repair or replacement under circumstances of normal equipment wear and tear at no additional charge 3. The contractor shall dispatch a representative in response to a service request to repair and/or replace the air dryer within six (6) hours of notification by NNSY at no additional charge 4. When the equipment is required to be removed to the contractor's facility for repair or replacement, the contractor shall be responsible for loss or damage from the time it leaves the government site until it is returned to the government. 5. Clean the air dryer prior to delivery to the following requirements: a. Air Dryer shall be cleaned to a degree of cleanliness that results in a surface free of grease, oil, flux, scale, dirt loose particles and any other matter foreign to the base metal. Adherent light superficial rust on steel surfaces, caused by short time exposure to the atmosphere, is acceptable. b. For uncoated surfaces: Adherent corrosion products typical on surfaces of the type material being considered (e. g. flash rust on steel) are acceptable. Loose corrosion products are not acceptable and must be removed. GOVERNMENT RESPONSIBILITY: 1. Provide operators 2. Perform basic maintenance a. Monitor all gauges 3. Equipment movements within the shipyard 4. Lost items and equipment damage beyond normal wear and tear NOTES: 1. New or used equipment may be provided. NNSY reserves the right to inspect the proposed equipment prior to contract award. 2. The air dryer will be exposed to everyday weather, and saltwater air. It is the contractor's responsibility to provide any protective coverings for the unit. 3. The government reserves the right to return one or all units at any time prior to the expiration of the rental period. The contractor agrees to prorate costs for the time the units are in use by NNSY only. The government agrees to give the contractor twenty-four (24) hours notice for return of units prior to expiration of rental period. Requirements for Lifting of Equipment 1. The equipment shall be outfitted with suitable attachments for overhead lifting. 1.1. For multiple point lifts each lifting attachment shall be capable of supporting one half the gross weight of the equipment with a design 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. 1.2. For 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. 1.3. Design of the lifting attachments shall be such that the attachments and shackles are not side loaded more than 10?X out of the plane. Lifting attachments shall be located such that the lifting slings do not contact the equipment, or alternatively a spreader beam certified to NAVFAC P-307 shall be provided. Whenever practical, the lifting attachments shall be located above the center of gravity, and such that the lifting slings do not contact the equipment housings. 1.4. Each 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 hoppers, 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 a contrasting color, with a minimum height of 1??. Marking shall include the units (i.e. ??pounds??, ??long tons??, etc.). 3. The equipment shall be provided with a lifting sketch / rigging diagram that meets the requirements of as outlined in Rigging Sketch Requirements specified below. 3.1. The 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.). 3.2. The 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. 3.3. A copy of the lifting sketch shall be permanently posted on the equipment, and a copy shall be forwarded to Code 714 (396-3345, 3346). 4. If specialized handling gear other than shackles, standard slings, or chainfalls (i.e. spreader beams, special lift rigs, etc.) is required, the contractor shall furnish it. This handling gear shall be provided certified in accordance with NAVFAC P-307, with written documentation of proof testing. Rigging Sketch Requirements Rigging sketches, as a minimum, shall identify the following: 1. The weight of the load. 2. The location of the center of gravity. 3. The minimum crane capacity. 4. The minimum capacity / length of slings. 5. The minimum capacity of other standard rigging gear. 6. The 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. 7. Limitations on allowable orientations for any parts making up the lifting assembly. 8. For 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 unlaying the rope. 9. A minimum D/d ratio of one shall be required where wire rope slings pass over any object, or in the eyes of wire rope 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. 10. Components in each handling assembly shall be sized based on the worst case distribution of loads. a. When making a two, three, or four point lift, the handling gear shall be sized so that two legs can support the load without exceeding the safe working load (SWL) at the lift angle expected, unless an equalizing method is used. 11. 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 P-307. c. Any special requirements or dimensions are followed to ensure that engineering assumptions are met (i.e. eccentricity of the bearing points). onboard US Naval Vessel for (6.57) month (period of performance is for approx twenty-nine (29) weeks b/t April 14, 2008 and November 1, 2008. FOB Point is Destination. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders; Within 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, the following clauses apply and are incorporated by reference: 52.217-8 Option to Extend Services; 52.219-28 Post Award small Business Program Rerepresentation,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; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Within DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program; All clauses shall be incorporated by reference into any eventual purchase order. At a minimum, responsible sources shall provide the following: a price proposal on letterhead which for each of the requested items, with its monthly, weekly and daily unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Each offeror shall provide an original and one (1) copy of Product Data Information (descriptive literature) in accordance with the specifications set forth in the solicitation. Responses to this RFQ are due on 11 March 2008 by 2:00 p.m. eastern standard time. Any questions with regard to this requirement shall be addressed to David A. Felling who can be reached at 757-396-8880, email david.felling@navy.mil, fax 757-396-8017. A secondary Point of Contact is Cindi Newcomb who can be reached (757) 396-8352, email cynthia.newcomb@navy.mil. If the offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov: After reviewing the ORCA database information, the offeror certifies by submission of its quote that the representation and certifications currently posted electronically with regard to FAR 52.212-3, Offeror Representations and certifications Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of its quote. Quoters wishing to incorporate their representation and certifications in the ORCA database into their quote by reference shall affirmatively state their desire to do so. 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/ . All quotes shall include prices, FOB point, a point of contact, name and phone number, business size, and payment terms. Quotes shall also include descriptive literature sufficient to allow the government to make a determination of technical acceptability. Quotes lacking such descriptive literature may be considered technically unacceptable and not considered for award. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Quoters shall include a completed copy of 52.212-3 and it??s ALT I and with quotes and DFARS 252.212-7000 or affirmatively state that their representations and certifications found in the ORCA database are incorporated into the quote by reference. Vendors shall submit their quotes either via facsimile (757-396-8017), or email to david.felling@navy.mil. Quotes provided via facsimile shall be sent to the fax number identified elsewhere in this combined synopsis/solicitation. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. All offers shall be evaluated for fair and reasonable price, technical acceptability, satisfactory past performance, delivery schedule and adherence to the applicable clauses/provisions. Notice to Offerers: This procurement is part of the Navy's Contractor Evaluation System RED/Yellow/Green Program. Award will be based on the contracting officer's decision as to which offer provides the best value to the Navy, price, past performance, and other factors considered. Evaluation Criteria. Part I ?V Technical Proposal Each offeror shall provide an original and one (1) copy of Product Data Information (descriptive literature) in accordance with the specifications set forth in the solicitation. The technical proposal will be evaluated on a pass/fail basis and shall not be considered as criteria in the best value award decision determination. Offerors receiving a technical rating of pass will be evaluated in Parts II and III. Offerors receiving a technical rating of fail will not be considered for award. The following definitions will be used for Pass/Fail. Pass (P): The descriptive literature shows clearly that the offered product conforms to the requirements of the solicitation. Fail (F): The descriptive literature fails to assure the Contracting Officer that the offeror understands of has the ability to fully comply with the requirements of the solicitation. Part II ?V Past Performance shall include all data and information required for evaluation as stated in paragraph titled Past Performance Evaluation Standards. Part III ?V Price shall include a completed and signed SF1449, executed copies of the Representations and Certifications as well as any applicable amendment(s). Assessing Proposals: Past Performance is slightly more important than price. Evaluation Process (PCO Procedures) General. The PCO will evaluate the proposals in regard to past performance and will perform price analysis in accordance with FAR 13.106-2. Evaluation Criteria Specifics: The importance of ratings, are set forth below in descending order: i. Past Performance ii. Price Part II ?V Past Performance Evaluation Standards Past performance will be used as a means of evaluating the relative capability of the offeror to successfully meet the requirements of the Request for Quotation. Past performance will be evaluated in light of relevant contract work performed to a high degree of quality. Offerors are required to provide past performance experience information for the same or similar rental services as those described in the RFQ. Offerors shall be required to provide the requested information for not more than three (3) of the firm??s most recently completed Federal Government, State Government, Municipal Government or commercial contracts which have been completed within the past five (5) years from the issuance date of the solicitation identified in this Source Selection Plan. Offerors may submit performance data relating to current contract performance as long as a minimum of one year of performance has been completed as of the closing date of the subject solicitation. Offerors who pr esent similar contracts/orders should provide a detailed explanation demonstrating the relevance of the applicable contract/ order to the requirements set forth in the solicitation. ??Relevance?? is defined as the similarity of services provided and the dollar value of previous contracts or purchase orders to the items stated in the Government??s request for Quotation. ??Completed??, for the purposes of past performance evaluation, shall mean the receipt of a DD250, final payment or other evidence of final acceptance by the Government of the services provided by the Contractor. The offerors should provide the following information regarding past performance: a) Contract or purchase order number(s), b) Name and phone number of contact at the Federal, State, Local government or commercial entity for which the contract was performed. c) E-mail address (if available) for the point of contact. d) Dollar value of contact. e) Detailed description of the service and unit prices. f) Names of subcontractors, if any, and a description of services provided g) The number, type and severity of any quality, delivery or cost problems in the performance of the contract, the corrective action taken, and the effectiveness of the corrective action taken. Offerors lacking relevant past performance history or for whom past performance information is not available, shall receive a neutral rating for past performance. A neutral rating will not be evaluated favorably or unfavorably. However, the offeror with no relevant past performance history, while rated neutral in past performance may not represent the most advantageous quotation to the Government. The Government reserves the right to acquire information for use in the evaluation of past performance from any source including sources outside of the Government. The Government will obtain whatever information it deems most relevant to the required effort by telephone and/or written inquiry. This information may include reviewing the Contractors Performance Assessment Reporting Systems (CPARS), past Performance Information Retrieval System (PPIRS), or past performance information from any source whatsoever. Written inquiries/correspondence and telephone interviews will be posted in the contract file. Although the PCO will seek to engage in an even-handed and fair evaluation process, the PCO is not obligated to engage in ??equal?? comparison of past performance of all offerors. For example, if two more instances of past performance data are available for one contractor, the PCO is not then required to search for past performance of two additional contracts for every offeror. The PCO will evaluate the offeror??s Past Performance using the following equally important sub-factors: (a) Quality: the offeror??s demonstrated history of delivering products and services the same as or similar to the item described in the Request for Quotation, that met or exceeded the requirements of the contract. Quality will be evaluated in terms of: (1) Customer satisfaction, (2) Instances of rework or deficiency reports, (3) Evidence of effective and/or innovative work applications of benefit to the customer. (b) Timeliness: The offeror??s compliance with: (1) Delivery/performance schedules, (2) Timeliness of submission of requested information, reports and invoicing (c) Contractor Responsiveness: The offeror??s demonstrated ability to: (1) Respond to customer concerns, (2) Isolate and resolve problems, (3) Take systemic improvement action. Each performance risk assessment of the factors listed above will consider: (1) The number and severity of problems, (2) The effectiveness of the corrective action taken, (3) The overall work record. The assessment of performance risk is not intended to be the mechanical or mathematical analysis of an offeror??s performance on a list of contracts but, rather the product of subjective judgment of the government after consideration of all available, relevant and recent information. Therefore, the adjectival rating generally correlate with the definitions of performance risk as follows: Outstanding (O): Past Performance: Truly exceptional accomplishment of contract requirements and extraordinary customer satisfaction. Extremely Low Performance Risk: based on the offeror??s performance record, virtually no doubt exists that the offeror will very successfully perform the required effort. This equates to a rating of ??O?? in the Contractor Performance Assessment Reporting System (CPARS.) Highly Acceptable (HA): Past Performance: Superior accomplishment of contract requirements and very high customer satisfaction. Very Low Performance Risk: based on the offeror??s performance record, very little doubt exists that the offeror will successfully perform the required effort. This equates to a rating of ??HA?? in the Contractor Performance Assessment Reporting System (CPARS.) Acceptable (A): Past Performance: Fully compliant accomplishment of contract requirements and positive customer satisfaction. Low Performance Risk: based on the offeror??s performance record, minimal (but perhaps some) doubt exists that the offeror will successfully perform the required effort. This equates to a rating of ??A?? in the Contractor Performance Assessment Reporting System (CPARS.) Marginal (M): Past Performance: Minimal or weak accomplishment of contract requirements and positive customer satisfaction. High Performance Risk: based on the offeror
- Record
- SN01526188-W 20080308/080306224947 (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 |