SOURCES SOUGHT
W -- PERSONNEL ELEVATORS LEASE
- Notice Date
- 10/24/2017
- Notice Type
- Sources Sought
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Puget Sound Naval Shipyard (PSNSY) and IMF, 1400 Farragut Ave, Puget Sound Naval Shipyard, Bremerton, Washington, 98207-5005, United States
- ZIP Code
- 98207-5005
- Solicitation Number
- N4523A18R0807
- Archive Date
- 11/16/2017
- Point of Contact
- Miguel D. Mirano, Phone: (360) 476-4291
- E-Mail Address
-
david.mirano@navy.mil
(david.mirano@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. The contractor shall provide labor, supervision, materials, and equipment, as required, to accomplish the following work: Provide two (2) leased personnel elevators to be temporarily installed in a Dry Dock at Puget Sound Naval Shipyard and Intermediate Maintenance Facility (PSNS&IMF), Bremerton, WA. Provide installation, removal, original-equipment-manufacturer-required (OEM) maintenance services, certification and testing support, and emergency response of one (1) hour for entrapments. a. American National Standard Instruction (ANSI) A10.4 (Safety Requirements for Personnel Hoists and Employee Elevators on construction sites) compliant. URL: https://webstore.ansi.org. b. Minimum 4400 lb. capacities, two (2) stops capable at top and bottom of the dry dock. This elevator will operate daily, including weekends and holidays, thru three shifts, to accommodate a workforce of approximately 350 utilizing the elevator for access to the dry dock. c. Nonselective collective Automatic Operation. Elevators will be designed to operate in an industrial/ship repair environment where Government radar system and similar equipment testing will be a potential source of electromagnetic interference. d. Power requirement will not exceed 100 amps, 480 VAC. Elevators will operate on a supply of 3 phase, 480 volt, 60 HZ power and a convenience supply of 110 VAC single phase 60 HZ power which will be provided by the Government. The electrical disconnect enclosures shall be located at the base of the elevators. e. All car structural components, support tower, bracing, attachments and electrical components shall be constructed to operate outside in the Pacific Northwest weather and salt air environment. All electrical components shall be weatherproof. Dry dock components shall not rise more than 20 feet above the upper landing. f. The contractor shall provide a structural engineering design package consisting of installation drawings, detailed shop drawings, and calculations prepared and stamped by a Professional Engineer in the State of Washington. The design package shall include all attachment components and details involved in the installation and shall be submitted for review a minimum of 30 days prior to fabrication and installation of components. Drilling and installation of all concrete anchors shall be 100% inspected by a qualified test lab certified by Washington Association of Building Officials (WABO). Concrete anchors will be manufactured in accordance with the structural design package. All anchor plates and anchorage fasteners shall be hot dip galvanized. g. Upon removal of the elevators, any threaded female anchors shall remain in the dry dock wall and floor, but shall be plugged with removable sealant or elastomer to minimize the future fouling of threads. All protrusions shall be negated and the concrete surface restored or appropriately sealed. h. The elevator system shall be capable of a minimum 12 feet horizontal standoff from any supporting structures. i. An emergency phone shall be provided in the cab call box with the ability to be programmed to call the Navy Regional Dispatch Center. A cell phone or radio is not acceptable. j. The contractor shall be responsible for providing all lifting means including cranes or man lifts. A comprehensive crane lifting plan must be submitted to Navy Crane Center for approval prior to crane lifting operations. The submitted lifting plan must comply with NAVFAC P-307, Weight Handling Program Management. URL: www.navfac.navy.mil › Navy Crane Center › About Us › Resources k. The Government will provide temporary power and suitable electrical connections to the elevator controllers or equipment disconnects. l. The contractor shall perform all required initial and follow up testing required for the elevator to be certified and then maintained for use. The contractor shall be responsible for providing all test weights which will conform to ANSI 10.4 standards. m. Notional period of performance: February 2018 to December 2018 2. If capable and interested, please indicate your business status with respect to the listed NAICS code as per latest System for Award Management ( https://www.sam.gov ) record, e.g., 8A, Small, Large.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N62799/N4523A18R0807/listing.html)
- Place of Performance
- Address: PSNS&IMF, Bremerton, Washington, 98383, United States
- Zip Code: 98383
- Zip Code: 98383
- Record
- SN04720946-W 20171026/171024230752-f2399da24705a8309153a14aa4bfa76c (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 |