Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2022 SAM #7358
SOLICITATION NOTICE

W -- Dehumidification System Package

Notice Date
1/21/2022 4:27:36 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
PORTSMOUTH NAVAL SHIPYARD GF PORTSMOUTH NH 03801-5000 USA
 
ZIP Code
03801-5000
 
Solicitation Number
N3904022RC20124
 
Response Due
1/27/2022 8:59:00 PM
 
Archive Date
02/11/2022
 
Point of Contact
Ronald Lizotte, Phone: 207-438-4930, Fax: 207-438-4193
 
E-Mail Address
ronald.lizotte@navy.mil
(ronald.lizotte@navy.mil)
 
Description
0001-Rental of one Dehumidification (DH) system for use at New London, CT (NLON) IAW� Statement of Work. POP 3/22/2022-5/2/2022. 6 Weeks 0002-All Associated Freight Costs for Delivery and Return for the Dehumidification System. 1 Job 1001-Option to extend rental of one Dehumidification (DH) system for use at New London, CT (NLON) IAW SOW. 5/3/2022-5/16/2022. 2 Weeks Dehumidification System STATEMENT OF WORK 1. SCOPE 1.1. Portsmouth Naval Shipyard (PNSY) is seeking to lease a Dehumidification (DH) system for use at New London, CT (NLON) to provide dry and tempered process air for conditioning various industrial applications. The system must include one DH unit, one inline electric heating coil, a 10 Ton DX + electric heat HVAC unit, and supporting duct work and power cable. The DH system must be frame/skid mounted and meet the lifting & handling requirements as defined in the specification. Steam is not available at the location of installation. All heating and reactivation coils must be electric resistance heating elements. 2. REFERENCES 2.1. Issues of Publications - The following documents in effect on the date of request for proposal form is part of this specification to the extent applicable, or as specified herein. Within the specification, they shall be referred to by their basic designation only. 2.1.1. Government 2.1.1.1. General Specification For Integral Lifting Attachment Design 2.1.1.2. US Federal standard A-A-59326: Standard for cam action couplings. 2.1.2. Nongovernment 2.1.2.1. ARI Standard 410 2.1.2.2. ASHRAE: Handbook of Fundamentals 2.2. Order of precedence - In the event of conflict between the text of this specification and that of the references cited above, the text of this specification shall take precedence. Nothing in this specification, however, shall supersede applicable laws or regulations unless a specific exemption has been obtained. 3. TECHNICAL REQUIREMENTS 3.1. Component List- The vendor is required to bid on a single equipment list, 3.1.1 3.1.1. Required components PC-01 thru PC-8 are listed below based on 1 DH at 5,000 CFM each. PIECE NO. PC-01,� �QTY. 1,� � NAME OF PART: DH Unit: 5,000 CFM,� � � � � � � � � � � � PARA NO. 3.2 � � � � � � � � � �PC-02,� � � � � � 1,� � � � � � � � � � � � � � � � 60 KW Inline Electric Heating coil� � � � � � � � � � � �3.3 � � � � � � � � � �PC-03,� � � � � � 1,� � � � � � � � � � � � � � � ��10 Ton HVAC (DX coil + Heat)� � � � � � � � � � � � � � 3.4 � � � � � � � � � �PC-07� � � � � 600 FT� � � � � � � � � � � � � �20 IN Dia. Flex Duct� � � � � � � � � � � � � � � � � � � � � � 3.5 � � � � � � � � � �PC-08� � � � � 750 FT� � � � � � � � � � �Electrical Power Cable (250 FT per Machine)� � � � � 3.6 3.2. Dehumidification Unit � � � � 3.2.1. 5,000 CFM DCCU � � � � Physical Attributes � � � � 3.2.1.1. Physical Attributes: Dimensions 15� x 5� x 8�6� [L x W x H] Maximum Weight: 6,000 Lbs. � � � � 3.2.1.2. All Components much be fully integrated within single housing. � � � �3.2.1.3. Electrical Power Requirements: 1 Circuits at [460 Volt AC / 3 Phase / 150A] � � � � 3.2.1.4. Process air outlets: Quantity of one at 20� Dia. � � � �3.2.1.5. Process air returns: Quantity of one at 20� Dia. � � � � Process Air Requirements 3.2.1.6. Process Air Flow requirements: 5,000 CFM @ 5 inches External Static Pressure 3.2.1.7. Process Air Fan: Fan curve capable of delivering specified flow and pressure, installed with TEFC Premium Motors, and VFD controlled 3.2.1.8. Total Cooling capacity: 60 Tons Nominal 3.2.1.9. Moisture Removal Rate: 140 Lbs./Hr Total [Desiccant Wheel 140 Lbs./Hr] 3.2.1.10. Moisture Removal Rate Basis: [80�F EDB / 60% RH] 3.2.1.11. Process Air inlet Filtration: Moisture Separator / Demister type filtration for purging 98% of the moisture. Paper or fibrous filtration media is not acceptable. Desiccant Reactivation Requirements 3.2.1.12. Reactivation Air Flow Requirement: Shall be sufficient to dry the desiccant wheel at rated MRR. 3.2.1.13. Fan curve and static pressure requirements need to be sized appropriately to overcome pressure drop of all internal components, heating coils and desiccant wheel. 3.2.1.14. Electric reactivation required, steam and natural gas utilities not available. 3.3. 60 KW Electric Inline Post Heater (Passive- No blower) 3.3.1. The 60 KW electric heater shall serve as a process air post heater to the electric DH unit as outdoor temperatures require. 3.3.2. Nominal heating capacity of 60 KW. 3.3.3. Operating Voltage: 460 Volt 3.3.4. Maximum Full Load Amperage: 75 Amp 3.3.5. Maximum allowable weight: 650 lbs 3.3.6. Duct connection inlet and outlet: 20 IN Diameter Nominal duct connection 3.3.7. Integral Heater safety controls & high temp limits 3.3.8. Thermostatically controlled discharge air temp set points. 3.4. 10 Ton HVAC Unit with DX Cooling Coil & Electric Heat 3.4.1. Nominal cooling Capacity: 10 Tons 3.4.1.1. Unit charged with R 410A meeting specifications defined in section 2.1.2.1 3.4.2. Process Air Rated Flow: 3.4.2.1. 3200 CFM @ 2 IN TSP 3.4.2.2. 4800 CFM @ .6 IN ESP 3.4.3. Operating Voltage: 460 Volt 3.4.4. Maximum Full Load Amperage: 100 Amp 3.4.5. Electric resistive Heating Coil Capacity: 36 KW 3.4.6. The HVAC unit shall have the ability to operate in a dehumidification capacity by operating the cooling coil and post heating coil simultaneously. Although this mode of operation will yield a minimal change sensible change in air temperature, it shall provide effective moisture removal rates. 3.4.7. Integral Heater safety controls & high temp limits 3.4.8. Thermostatically controlled discharge air temp set points. 3.5. Flexible Duct Work 3.5.1. Flexible ducting, 20 IN diameter @ 25 FT long per section. 3.5.2. Flex duct rated for positive pressure supply air applications with standard hard drawn wire helix reinforcement with an expanded pitch no greater than 7 inches such that ducting is capable of high positive pressure of +20� water Column. 3.5.3. There shall be an external wearstrip over the wire-helix that is preferably, extruded for heavy- duty wear or minimally, composed of PVC fabric to offer some light-duty resistance. 3.5.4. The ducting must feature excellent UV stabilization; mold and mildew inhibitors; and be constructed for rigorous and continuous outdoor exposure in such a harsh environment. 3.5.5. Application temperature range: -20�F / +110�F 3.5.6. Flexible Tubing must have on each end a wire ring encased in fabric that interlocks one duct to another, by which the necessity for couplings in addition to associated clamps are negated. 3.5.7. The fully-flexible (?1-foot bend radius) and fully-compressible (5:1 ratio or better) ducting shall be transported to the site and staged/stored at the site in pallet-sized wire baskets. 3.5.8. Ducting constructed with material colors of yellow or magenta is strictly prohibited. 3.5.9. If ducting has been previously used, the Vendor must perform a careful physical examination of the ducting just prior to shipment. A physical examination requires that each individual piece of ducting is fully-extended in order to perform an adequate visual check of the product. The ducting material shall: (i) not be torn, except for the minor pin hole type penetrations near the end finish wire ring ducting ends for the insertion of security tie-wraps to be installed after ducting interlocking; (ii) not be damaged nor vandalized; (iii) be clean and free of debris; (iv) lack indication of chemicals, burns, cuts, or abrasion; (v) not exhibit signs of mildew, nor rot; (vi) not have permanent kinks in the wire-reinforcement helix; and especially (vii) not have damaged nor bent wire end rings for the ducting with the end finish for the ducting ends. 3.5.10. Couplers provided as to join each duct section together. 3.5.11. Coupler shall be provided to attach duct work at all DH and HVAC equipment provided. 3.6. Electrical Power Cable 3.6.1. Power cable shall be included with each piece of electrical machinery for all circuits requiring power. 3.6.1.1. DH Machine 3.6.1.2. Inline 60KW heater 3.6.1.3. 10 Ton HVAC Unit 3.6.2. Power cable length shall be 250 FT in length for each electrical run required for each machine. 3.6.3. Power cable shall be rated for 460 VAC 3 PH 200 Amp. 3.6.4. Gauge selection for power cable must prevent significant Voltage drop, such that each machine is not susceptible to tripping on under voltage conditions. 3.6.5. Power cable shall be delivered as bare wire ends to allow PNSY electrical shop to wire �shop owned� Duraline connectors to power cable. 4. NOTES: 4.1. Phase Rotation: To prevent or identify an out-of-phase electrical power situation, three-phase machines shall include either: (a) a reverse phase relay and/or meter that identifies an out-of-phase condition and prevents operation especially applied to complex machinery in which such a condition could cause damage or (b) an arrow prominently displayed at an appropriate location on the machine's housing to indicate the proper direction of shaft rotation with the ability to observe a portion of the shaft after a momentary application of power (a.k.a. jog or bump). A reverse phase relay is not required nor desired for VFD motors, however, the VFD shall have a jog button so as to verify correct rotation. 4.2. DH & Moisture Removal Rates: The Vendor shall provide the Moisture Removal Rate (MRR) for just the Desiccant wheel in either pounds per hour (lb/hr) or gallons per day (gal/dy) and state the basis for that computation at an ambient temperature (Dry Bulb i.e. �F) and ambient humidity (Wet Bulb in �F or Relative Humidity as a % or Humidity Ratio in gr/lb � grains of moisture per pound of dry air). The Vendor shall provide the Dehumidification system Moisture Removal Rate (MRR) which includes the Pre-Cooling Coil as well as the Desiccant wheel, for conditions at Portsmouth, NH Summer DB / WB 2�% = 86�F / 73�F. See reference 2.1.2.2. ASHRAE: Handbook of Fundamentals, Weather Data and Design Conditions, Climatic Conditions for United States and Canada provides data as follows for Portsmouth, NH (PEASE). Section 4.9.1 lists the acceptable Desiccant wheel only Moisture Removal Rates for three different data points on the Psychrometric Chart dependent on the particular Original Equipment Manufacturer's (OEM) tested or published criterion. 4.3. DH Capacity & Utilities: 4.3.1. Moisture Removal: As a stand-alone unit, the DCCU shall be capable of delivering processed air at 0�F dew point or lower when the ambient conditions approach saturation at a temperature of 75�F. The minimum rate for moisture removal at the specified full rate of airflow is based on ambient conditions as synopsized below of: [80�F EDB / 60% RH] 4.3.2. Reactivation: The type of utility for the reactivation heater (e.g. electricity or steam) shall be as specified in section 3.2. 4.3.3. Airflow: An integrated blower (air-handler) is required for independent operation of the unit. With the blower operating at full speed, the airflow in cubic feet per minute (cfm) combined with either the fan's external Total Static Pressure (TSP) in inches of Water Gauge (WG) shall meet the performance stated in section 3.2. 4.3.4. Compatibility: The DCCU shall be inclusive of all associated temperature conditioning coils designated to be to serve as pre-treatment and downstream post-treatment to the desiccant wheel. 4.3.5. Control: The unit shall include a permanently mounted control board accessible without opening any panels with temperature thermometer(s) and pressure gauge(s) as necessary for monitoring and control. The unit shall be completely wired for safety, capacity, and operation such as a power / switch system with circuit breakers, manual / automatic controller, motor overload protection, high / low pressure cut-outs, energy control system, and other essential components. The unit shall be fully controllable under a wide range of loads even though the diurnal and seasonal ambient temperatures varies greatly. 4.3.5.1. Moisture Removal: The reactivation wheel shall be capable of being manually shut- off and still be able to operate the process air blower. 4.3.5.2. Airflow: The unit shall incorporate Variable Frequency Drive (VFD) control for the process air blower so that the air-handler shall be capable of adjusting the airflow to 30% of the maximum specified airflow. 4.3.6. Design & Component Integration: : The unit shall be rigidly mounted within a single integrated framed structure manufactured as a complete entity to include all devices, accessories, and fittings such as the desiccant wheel, desiccant driver, reactivation heater, energy control system, motors, filters, and other auxiliary components necessary to dehumidify ambient air and deliver that air to ancillary mechanical equipment. The unit shall be designed for continuous operation despite extreme ambient conditions (e.g. �10 to +100�F & 0 to 100% RH). The desiccant dryer shall be an adsorption type wheel with a single desiccant rotary structure. Desiccant wheel mat�riel can be either the former titanium silica-gel or the more recent zeolite or even a more advanced superadsorbent Polymer, but, not the older more problematic lithium chloride. 4.3.7. Filtration: The air to be processed shall be pre-filtered and its filtration efficiency shall be 30% or greater. The unit shall be delivered with all clean (reusable) and/or all new (replaceable) filters. The filters shall be of the correct dimension and in sufficient quantity to completely fill the design space of the filter rack(s) with no discernible gaps. Prior to start-up, the Vendor shall demonstrate that all reusable filters are clean & replaceable filters are new and are properly installed. For dehumidifiers, the air to be filtered is at or near the intake(s) to the Process Air Inlet(s). 4.3.8. Supplemental Equipment: For the protection and cleanliness of the machinery components, all air and water/steam connection points shall be shipped with sheet metal covers (air) and plug/cap fittings (water/steam). 4.4. Termination Couplers: Process Air outlets for the various ventilation systems shall terminate in nominal twenty-inch diameter openings either by design or by providing the proper reducers. This will allow for the attachment of nominal twenty inch diameter flexible ducting as provided by either the Vendor and/or the Government. The Vendor shall ensure that the flexible ducting furnished is sized to match the Process Air Inlets and Process Air Outlets such that the ducting can easily fit over the end fittings and/or reducers. 4.5. Process Air Doors or Covers: Air handling machinery conveying Process Air shall include tightly-fitting non-detachable doors (preferred) or detachable covers (permitted) for each suction inlet and discharge outlet. 4.6. Construction: Except as noted for a particular machine type, units shall be a single integrated framed structure manufactured as a complete entity to include all devices, accessories, and fittings necessary to perform the function for which it was designed. Each unit shall be capable of continuous, year-round, outdoor, unmanned operation even at minimal loading while exposed from inclement to extremely harsh weather (e.g. deep snow, strong & gusty winds, and/or heavy rain) and varied ambient conditions (�10 to +110�F & 0 to 100% RH). Machines shall meet State and federal requirements for its type such as the National Electrical Code (NEC) for electrical devices / components and the American Society of Mechanical Engineers (ASME) for pressurized vessels / components. Machines shall be modular in design so as to act as a stand-alone unit; compact so as to fit in the tight confines of a drydock; portable so as to be transported by forklift and then lifted by crane; and ruggedly constructed so as to endure a marine industrial environment. Machines shall be newly manufactured / completely refurbished and factory tested within ten (10) years. 4.7. Electrical: Electrical components shall conform to a NEMA standard (NEMA 3 or 4) that allows for unsheltered outdoor use of the unit. Each machine shall require only one type / source of electrical power (460 VAC +5% / three-phase / 60 hertz). The type of electrical power required (voltage & amperage) must be clearly indicated on the outside of the equipment, readily detected, and collocated with all other electrical information. The Vendor shall provide the Project Technical Liaison with the following details: (i) electrical power type (amperage & voltage); (ii) type of electrical connectors (for three phase, specify whether or not equivalent to Duraline E1016); (iii) breaker type/size or recommended capacity for the electrical source; and (iv) whether the machine is furnished with over-current protection. Three phase powered (i.e. 460V) machines shall have panel-mounted male cam-lock connectors equivalent to a single Duraline E1016 for each phase if ? 285A (preferred, permits 2/0 cable) or ? 385A (minimum, but restricted to 4/0 cable). 4.8. Lifting & Handling: 4.8.1. See reference 2.1.1.1. 4.8.2. Lifting & Handling Exception: Although considered to be machinery, individual pump units, being relatively lightweight and compact, are not required to be enclosed in a caged frame. However, the remaining Lifting and Handling requirements pertain in that the unit will be handled by forklift. 4.8.3. Rigging Caution: A strap fell during a machine lift. Apparently, the strap was dislodged from an area visually inaccessible in the Pre-Lift inspection. Hence, all spaces or voids in which loose mat�riel may be purposely placed or inadvertently dropped with potential of displacement and then falling during movement or rigging shall have a means of capturing that mat�riel such as screens, netting, or false floors. For voids in which means to capture the mat�riel is impractical, an observation port shall be provided for an inspector to visually survey the space or void without use of a ladder, fall protection equipment, or special tooling. 4.9. Noise Requirement: When operating at full speed, noise levels must not be over 105 dB[A] and preferably, 85 dB[A] or less at six feet from the unit or frame unless a quieter noise level is specified. A hearing protection safety placard shall be posted on each machine generating more than 85 dB[A] at the unit's edge or frame. 4.10. Machinery / Equipment Tagging and Markings: Fluid piping inlet(s) / outlet(s) must be clearly marked. Machinery and itemized equipment require tagging to show Project Number / Technical Specification Identification (ID) Number 4.11. Vendor Identification Of Itemized And Ancillary Equipment: The Contractor shall uniquely tag and permanently mark all of its ancillary and itemized equipment / hardware (e.g. manifolds, hose assemblies, pipe fittings, duct adapters, ducting, etc.) so as to differentiate from that owned by either the Shipyard or other Vendors. Tagging alone is sometimes not sufficient. Suggest painting the ferrous metal on hardware and the end fittings on hose assemblies with unique and distinct color(s). 4.12. Dead Front Control Panel or External Controller: Access to basic machinery controls, such as a Dead Front Control Panel or External Controller, shall be such that there is non-exposure to energized ""live"" electrical circuits or other components regardless of voltage, to include control circuitry, by ""a person on the operating side of the equipment"". 5. GOVERNMENT FURNISHED MATERIAL (GFM): 5.1. N/A 6. RESPONSIBILITES 6.1. Government 6.1.1. N/A 6.2. Contractor 6.2.1. The equipment will be operating around-the-clock under a rigorous deployment performance schedule. Within twenty-four (24) hours of initial notification of the need for repair, the Contractor shall have a knowledgeable and equipped technician on the job-site fully prepared to repair the rental equipment. The defective unit(s) shall be repaired within forty-eight (48) hours of initial notification or, if the original defective unit(s) cannot be made operational, replaced within seventy-two (72) hours of initial notification. If the equipment failure is not the fault of the Government, the Contractor shall bear all costs associated with its repair and/or replacement. 6.2.2. The vendor shall provide technical support to PNSY project personnel as required. 6.3. Machinery Quality Checklist (MQC): The vendor shall develop and provide a Machinery Quality Checklist (MQC) unique for each machine. The MQC shall include an operational checklist and Objective Quality Evidence (OQE) of Functional Performance Testing identified in 6.3.1 and 6.3.2 of each machine prior to shipment. An MQC report shall be generated for each specific piece of rental equipment being provided to fulfill the contract that shall identify the piece of equipment, Make, Model Number, and serial number, and test date of equipment. The MQC reports shall be authored by the vendor. The vendor shall provide blank templates of each MQC report and provide these to PNSY along with the Equipment Bid/Proposal package. The MQC template reports (blank) shall be reviewed for technical acceptance during the Technical Evaluation of the Vendors Bid/Proposal. Any changes to the MQC�s shall be identified at the proposal review. All equipment testing and validation to support the MQC report shall be completed within one month of ship date to PNSY, or detachment location. Copies of the completed MQC reports shall be provided to PNSY Contracting Office C400 and Temporary System Design Engineer for review one week prior to equipment ship date. 6.3.1. MQC Report Operational Checklist: At a minimum, MQC reports shall include 2 primary sections: first is a basic functional check list to verify all equipment components are in place, intact, and in good working order. This check sheet shall include, at a minimum include items such as gaskets, new AHU filters, valve operation, pump suction and discharge pressure gauges, air bleeder valves, pump strainers cleaned, steam traps present, flow meter installation / location, Flow meter calibration certificates from a certified test lab, piping end caps to maintain cleanliness. If components (such as a flow meter) within a packaged unit configuration (such as a chiller) are found to be non-operational, damaged, etc. the original item is to be replaced or repaired, and not substituted with an auxiliary replacement system. Example Line item format of an MQC Checklist: Item / Component, Inspection Date, Technician Signature, Condition: Satisfactory or Unsatisfactory Flow Meter: installation location provides correct Pipe L/D ratio Chilled Water Pump Suction and Discharge Pressure gauges installed Pump suction Strainer: clean and free of debris � �6.3.2. MQC Report Functional Performance Testing: The vendors shall perform a complete functional performance test of each� � � � �piece of equipment. This shall include fully testing the equipment�s performance capabilities. The Vendor shall measure and� � � � � � �record the performance of the equipment. If the vendor does not have the capability to test the equipment in house, a certified� � � � �Testing & Balancing agency may be subcontracted by the vendor to complete the functional performance testing of the� � � � � � � � � � �equipment. 6.3.2.1. Air Handling Units: the equipment shall be powered and all electrical circuits, fuses, contactors & relays, control panel functions, control panel indicators, VFD control verified & fan speed (RPM), filter static pressure drop, motor FLA, rotational verification, heating element performance test, amperage of each heating element stage, thermostatic set point test, cooling coil leak check and pressure test, steam coil leak check and pressure test, Steam trap functional performance test shall be tested. 6.3.2.2. Pumps: Motor speed verification, rotation verification, dead head test (measure & report total dynamic pressure), valves tested operational shall be tested. 6.3.2.3. Chillers: the equipment shall be powered and all electrical circuits, fuses, contactors & relays, control panel functions, control panel indicators, flow switch safety interlock function verified, Chiller run load amps, discharge water temperature set point satisfied, system leak check and pressure test. 6.4. Maintenance 6.4.1. Except for daily surveillance checks, the Contractor is responsible for all equipment preventative maintenance and repairs for the duration of the lease. Coordinate maintenance with Shipyard Temporary Service Zone Manager. 6.4.2. The vendor shall provide Preventative Maintenance (PM) schedules which are equipment specific. The PM shall meet all requirements determined by the Original Equipment Manufacture (OEM). The vendor shall provide the PM documentation and schedules to PNSY Temporary Services Engineering Code 230 for review and approval prior to being considered for a successful Bid. The routine PM plan for each piece of equipment shall include a comprehensive list of the components to be serviced as well as identifying the service frequency. (e.g. all consumables to be replace, bearing grease points, belt replacement / tensioning, filter changes, refrigerant charge, oil changes, other lubrication, coolant refills, liquid top-offs, etc.) All PMs conducted shall include a technical service report identifying component, maintenance conducted, date, and next scheduled PM date. Copies of all reports shall be delivered to the project COR and the Temporary Service Zone Manager. 6.4.3. In addition to providing routine preventative maintenance, the vendor shall provide a service technician on a weekly basis for the duration of the lease to perform weekly equipment inspections. Weekly equipment inspections shall consist of checking all functional operating parameters of each individual piece of equipment. This shall include but is not limited to: verifying correct equipment performance and operation, checking for diagnostic or trouble codes, measuring discharge air temps, assessing DH equipment reactivation air performance, verify amperage of all electric heating coils, verification of chilled water coils performance, verify pump operation, motor speed, and differential pressure, verify HVAC process air fan speeds, DH process air discharge air temperature and RH performance, Chiller performance operation, etc. Weekly equipment inspections shall include a technical field report identifying the status of each piece of equipment and shall include all data / measurement points verified. All reports are delivered to the project COR. 6.4.4. The vendor shall provide a knowledgeable service technician to cover the repair of all equipment deficiencies and malfunctions. The response time for the repair or replacement of deficient equipment shall meet the requirements defined in section 6.2.1. 6.5. Training 6.5.1. The Contractor is responsible for and shall provide training sessions to Shipyard Personal on the operation & setup of all equipment. Training shall be available throughout the duration of the lease to accommodate equipment swap out and seasonal equipment operation. 6.6. Operator / Maintenance Manuals - All technical documentation shall also be provided electronically to the project COR and Engineering. Minimally, the documentation shall consist of: 6.6.1. Lifting & Handling the equipment with its padeye(s) Certification 6.6.2. Points of contact with telephone numbers for requesting emergency repair regardless of the time or type of day 6.6.3. Technical Instructions (TIs) such as an Operations & Maintenance Manual, Controls Manual, and/or Mechanical/Electrical Manual with Schematics. 6.6.4. Operating Instructions, if not in the TI. 6.6.5. Preventative Maintenance Schedules. (See section 6.4.2) 6.6.6. MQC�s (See section 6.3) 6.6.7. Equipment Data Sheet (EDS). 6.6.8. Hydrostatic Pressure Test Reports. 7. DELIVERY / ACCEPTANCE / RETURN 7.1. Delivery - The machinery shall be in a fully-charged, fully-assembled, ready-to-use, and in a first-class-operating condition. Machines shall be functionally tested prior to its delivery and all leased products, including machine / equipment / ancillary component accompanying machine, must fully function as intended. The machinery with its support equipment shall be delivered to the site on or prior to the request date. It is incumbent and the responsibility of the Contractor to either confirm or coordinate the date and time of delivery prior to each shipment via the Point-of-Contact (POC) as designated on the Contract and/or the Contracting Officer's Representative (COR). The Government can provide forklift services for removing machinery from Vendor�s transport during work hours. Documentation with Shipyard copies shall accompany each delivery. 7.2. Acceptance - Upon satisfactory completion of inspection and test of the equipment, the authorized Government Representative (Portsmouth Naval Shipyard, Code 990 Equipment Manager) will sign and forward the acceptance document(s) to Code 220 Production Control for completion. Unloading of equipment from Vendor�s transport does not signify acceptance. 7.3. Start Up - If requested by the Project, the Vendor shall: (i) start and run the equipment to verify its operability; (ii) confirm that a set of operating instructions was previously delivered; and/or (iii) instruct designated Shipyard personnel on how to properly run the equipment to include its operation, control, daily checks, & service contacts. For multiple sets of comparable equipment with essentially similar operation, the orientation given to a specific Project on a particular type and/or capacity of machine can be accomplished just once regardless of delivery. 7.4. Security - To be allowed onto a government Shipyard, personnel must be US citizens and in possession of appropriate personal identification. Proof of US citizenship may be necessaryand can be required for access to the drydock. Allowable documentation of US citizenship is an official government issued Certificate of Birth or Naturalization (w/ raised seal & not a photocopy) or a US passport (can be expired). Vehicular access requires a non-expired personal Driver�s License and appropriate vehicle identification or registration. The transport vehicle must have the company�s name / logo prominently displayed. To gain access to the drydock environs, personnel must be escorted and possess / wear their own personal safety gear. 7.5. Inspection Criteria � Receipt Inspection completed by Temporary Service Zone Manager (TSZM) and C420 Contractor Officer Representative (COR). All equipment must meet the requirements within this SOW. 7.6. Return - The Government will provide a temporary storage location convenient for Contractor pick-up. The Government will notify the Contractor as well as the Contracting Office as to when the rental Item has been released and is available for pick-up. The last day of the rental period shall be the next normal workday after the Contractor has been so notified. The Contractor shall be responsible for shipping. The Government can provide forklift services during work hours for placing the equipment onto the vendor�s transport. 8. GENERAL 8.1. Response to Request - As part of the response to this request, descriptive literature 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 being provided, statements of compliance with specification, and performance statements with special instructions. Supporting information shall be organized and packaged by unit. If supporting information includes multiple models the vendor shall clearly state model number of proposed unit and redact all information not applicable to proposed unit. 9. ATTACHMENTS 9.1. N/A
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/73a752d4e610465c95c25a0003288aaf/view)
 
Place of Performance
Address: Groton, CT 06340, USA
Zip Code: 06340
Country: USA
 
Record
SN06221924-F 20220123/220121230026 (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.