SOLICITATION NOTICE
36 -- CUSTOMIZED DRILLING MACHINERY
- Notice Date
- 10/18/2012
- Notice Type
- Presolicitation
- NAICS
- 333517
— Machine Tool Manufacturing
- Contracting Office
- SPMYM2 DLA Maritime Puget Sound 467 W Street 2nd Floor Bremerton, WA
- ZIP Code
- 00000
- Solicitation Number
- SPMYM212R0001
- Response Due
- 11/8/2012
- Archive Date
- 12/31/2012
- Point of Contact
- JO ANN TOGIOKA (360) 476-5330 Dianne K. Grimes
- E-Mail Address
-
476-4992<br
- Small Business Set-Aside
- Total Small Business
- Description
- DLA MARITIME PUGET SOUND intends to issue a solicitation for the manufacture, testing and delivery of a Catapult Drilling Machine Assembly. The item is a non-commercial item which requires full assembly and testing of the equipment. The catapult drill machine assembly shall be suitable for drilling close tolerance precision holes through catapult rails and trough walls. The item must meet applicable government regulations and codes including Occupational Safety and Health Standards, Occupational Safety and Health for Shipyard Employment, Identification and Listing of Hazardous Waste; Material Safety Data, Transportation Data and Disposal Data for Hazardous Materials furnished to Government Activities, American National Standards Institute, Inc, (ANSI) Product Safety Signs and Labels; American Welding Society (AWS) Structural Welding Code; National Fire Protection Association (NFPA) National Electric Code, Electrical Standards for Industrial Equipment and the National electrical Manufacturers ™ Association (NEMA) ICS-Industrial Controls and Systems and MGI-Motors and Generators. The catapult drill machine assembly shall include but is not limited to the following features, components, attachments and accessories: -Must fit in the catapult trough (both wide and narrow widths) and be supported on existing structure, without causing damage to the existing structure or components. -Must be capable of drilling all bolt holes in one upper rail and one lower rail without being repositioned and be adjustable within an area 72 inches horizontal by 14 inches vertical. -Must be capable of aligning to an existing hole using a śzeroing slug ť or equivalent alignment method, capable of fine adjustments (+/- 0.0001 inches). -Rail material is high strength duplex stainless steel (1.875 inches thick). Trough wall material is HY-80 (1.875 inches thick). Chock material is OS (I inch nominal thickness). Total material thickness is 4.75 inches nominal. -Hole size and tolerance: 0.991 inches +0.002/-0.000. All associated tooling (drill bits, reamers, etc.) shall be supplied with drill machine. -Drill shall have an internal /through drill mist lubrication system. -Structural: The entire assembly shall be mounted on a heavy-duty skid base of structural steel. The skid base shall provide adequate bracing and support to permit placing the entire assembly on uneven surfaces without causing equipment damage, distortion or overstress. The base and associated framework shall be rigid, gusseted and cross braced as necessary to be free from flex and to withstand the stresses, vibration and shock associated with rough handling and transport of the unit by overhead crane or flat bed truck over rough surfaces. -Lifting attachments: The skid base shall be equipped with lifting pads welded into the structure. The allowable bending strength shall be based upon 1/3 of the allowable yield strength or 1/5 of the allowable ultimate strength, whichever is the most conservative, of the lifting attachment material. The bearing strength shall be based upon 1/5 of 150 percent of the ultimate strength of the lifting attachment. The lifting attachments shall be sized based on actual weights plus 10 percent for unexpected growth in the weight of the load. The attachments shall be oriented so the slings shall not pull out of the plane of the individual lifting attachment by more than 5 degrees unless they are designed to withstand the resulting side load. When installing the lifting attachments, only half of them shall be assumed to carry the load. I lift sketch detailing the required spread, capacity and orientation of the lifting gear shall be provided for review at the time of the submittal of the equipment design. The structure supporting the lifting attachments shall be designed to sustain the various lateral loads imparted by the arrangement of the lifting attachments and the induced sling angle loads on a buckling analysis per the American Institute of Steel Construction (AISC) Allowable Stress Design. The lifting attachments are required to withstand a load test of 200 percent +5 percent “ 0 percent of the Working Load Limit for 2 minutes. The contractor ™s certified representative will perform the load test and inspection requirements of American Welding Society (AWS) D1.1 and submit documentation of the satisfactory results of all tests. All calculations required for the design of the lift points shall be performed by a Professional Engineer and shall be provide for review at the time of the submittal of the equipment design. -Technical Data to be provided include Operation/Maintenance/Repair Manuals; Lifting Attachment Certification, NRTL Listing or NRTL Field Inspection and Approval Compliance Report, OSHA Compliance Report, PCB Certification, Warranty and Training. -Inspection: The contractor shall be responsible for the performance of all inspection requirements (examinations and tests) as specified herein prior to delivery. Basic performance tests shall be conducted to demonstrate functionality. -Government Inspection and Testing at Destination: Test and Grooming, Operational Tests, Noise level Test. In the event of a test failure, the contractor may elect to correct the failed condition and request a retest of the system. The system will be operated in a heavy industrial environment and shall be capable of continuous operation over an extended period of time with minimal maintenance and upkeep. The unit shall be suitable for operation in an outdoor marine industrial environment, at variable ambient temperatures of -10 degrees Fahrenheit to +104 degrees Fahrenheit, with humidity of up to 100% non-condensing, in a salt and dust-laden atmosphere, with wind driven rain, sleet and snow. The size of the unit shall be kept as small as practicable. The overall dimensions, including the skid base and framework, shall not exceed 54.0 inches wide x 12.0 fee long x 5.0 feet high (operating height). The unit must clear piping components, which are in the middle of the catapult trough at an elevation of 6 inches above existing structure. No portion of the equipment or enclosure shall extend beyond these dimensions. The unit must fit in the catapult trough and be supported on existing structure. The unit shall not cause damage to existing structure or components. The total weight of the unit shall not exceed 7,000 pounds. Potential offerors shall furnish descriptive literature in sufficient detail to show that the proposed design will meet these specifications. The literature shall include brochures of the unit being submitted, assembly drawings or sketches with critical dimensions, sketches (with dimensions) of all tooling provided, statements of compliance or exceptions to the specification, and performance statements with special attention to the key performance criteria stated in the government ™s requirements document to be provided in the solicitation. This requirement is for 1 EA, CLIN 0001. This requirement will be solicited as 100% small business set aside using the procedures at FAR Part 15. Delivery is required 29 March 2013. It is anticipated that the resultant contract will be a firm fixed-price contract. This requirement will utilize low-price, technically acceptable evaluation factors in determining the successful offeror. The applicable NAICS Code is 333512. Offers shall be FOB Destination to Bremerton, WA. The solicitation number for this requirement is SPMYM2-13-R-0001. It is anticipated that the solicitation will be available for download on or around 24 October 2012. The closing date of the solicitation will be on 08 November 2012 at 3:00PM Pacific Local Time, unless a later date is specified in the solicitation. The RFP will be posted on the Navy Electronic Commerce Online (NECO) web link at https://www.neco.navy.mil and will also be available for download at http://www.fedbizopps.gov/. Offerors wishing to submit an offer are responsible for downloading their own copy of the RFP from these websites and to frequently monitor the sites for any amendments to the RFP. A bidders list will not be maintained by this office, no telephone or fax requests for the RFP package will be accepted. Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of quotes may render vendor offer non-responsive and result in rejection of the same. Any questions must be submitted in writing via e-mail to Joann.Togioka@navy.mil or Joann.Togioka@dla.mil. Inquiries should be directed to Jo Ann Togioka, (360) 476-5330.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4168b6fc43350cd51526802d2e3fcd76)
- Record
- SN02915970-W 20121020/121018234354-4168b6fc43350cd51526802d2e3fcd76 (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 |