COMMERCE BUSINESS DAILY ISSUE OF JULY 17, 2001 PSA #2894
SOLICITATIONS
54 -- TYPE B SHIELDED SHIPPING CONTAINER AND TRANSPORT TRAILER
- Notice Date
- July 13, 2001
- Contracting Office
- Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000
- ZIP Code
- 23709-5000
- Solicitation Number
- N00181-01-Q-E062
- Response Due
- August 24, 2001
- Point of Contact
- Lolita Waters, 757-396-8348
- E-Mail Address
- waterslf@nnsy.navy.mil (waterslf@nnsy.navy.mil)
- Description
- The solicitation number is N00181-01-Q-E062, NAICS Code is 332313 with a standard of 500 employees. The Norfolk Naval Shipyard intends to purchase (1) Type B shielded shipping container and (1) shielded shipping container transport trailer that meet the applicable requirements of 10 CFR 17 and that have been approved by the United States Nuclear Regulatory Commission (NRC). NRC approval of the shipping container and transport trailer will be a prerequisite to offer on the solicitation since time constraints do not allow for approval of a new product. The shielded shipping container shall be a metal encased container with a minimum of 3.2 inches of lead equivalent shielding on the sides and 2.7 inches of lead equivalent shielding on the bottom and top. The interior cavity of the container shall be an upright cylinder with a minimum volume of 140 cubic feet with the shielded lid installed. The container shall be equipped with two removable shielded lids. The large lid shall allow access to the entire interior volume from above. The small lid shall be located in the center of the large lid and shall allow access to a clear circular area with a minimum diameter of 26 inches. The lifting of the shipping container and lids shall be designed to meet the following requirements: The container shall be designed to be lifted as a unit. Attachments on the outside of the container, such as impact limiters, need not be included as part of the unit to be lifted. Impact limiter lift lugs shall be rendered inoperable to prevent lifting of the package during transport. The design of the lifting lugs/fasteners shall accommodate a minimum of a two point lift (a point for the lift is a single lift sling attached to one designated lifting point on the container). If the design for lifting is a four point lift, any two diametrically opposed lifting points will be required to be capable of lifting the entire load. The small lid may only need a single lug due to the small lid size and weight. Under all lifting configurations (full/empty) the attachment points for lifting shall be located above the center of gravity of the container assembly. The design/manufacture of the lifting attachment points, (i.e. lugs, padeyes and fasteners, including those on the primary and secondary lids that are load bearing parts during a lift) shall meet the following requiremnts: The design strength of all lifting lugs, padeyes, fasteners and attachment welds/fasteners shall be a minimum of 5 to 1 based on the lowest value of the ultimate strength of the metals used in their construction. Cast iron of any type is not allowed. This requirement applies to all materials that maintain the structural integrity of the container during lifting. The minimum lifting capacity shall be the weight of the container, all items necessary to be attached for the use in safely lifting (i.e. primary and secondary lids) and an 8,000 pound payload. If the container is required to have other items attached when lifted then the minimum design capactiy shall also include those items. The maximum allowable gross weight, excluding impact limiters and with a payload of 8,000 pounds, must not exceed 63,000 pounds. The lifting lugs, padeyes and fasteners shall be designed to pass a load test (as required by NAVSEA 0989-LP-030-7000) of 150% (+5%-0%) of the maximum design gross weight. The vendor shall ensure that the equipment provided under this contract conforms to the stated purpose and function and that no deficiencies exist on the equipment. The vendor shall perform a gas leak test and air pressure drop test on the container lids to ensure seal integrity prior to delivery. Award will be accomplished utilizing Simplified Acquisition Procedures in accordance with FAR Part 13.5, Test Program for Certain Commercial items. This procurement is subject to the Navy's Contractor Evaluation System, Red/Yellow/Green (RYG) program. IMPORTANT NOTICE: DFARS 252.204-7005 "Required Central Contractor Registration" (CCR) applies to all solicitations issued on/after 6/01/98. Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Information can be obtained at at http://ccr2000.coml for more information. An option to purchase (1) additional transport trailer is required. Response date for submission of offers will be established in the solicitation. Requests for the solicitation package will be accepted via mail only addressed to Fleet and Industrial Supply Center, Norfolk Naval Shipyard Annex, Attn: Code 531.4E/Lolita Waters, Bld. 1500, 2nd Floor, Portsmouth, VA 23709-5000. FAX AND/OR PHONE REQUESTS WILL NOT BE ACCEPTED.
- Record
- Loren Data Corp. 20010717/54SOL002.HTM (W-194 SN50R824)
| 54 - Prefabricated Structures and Scaffolding Index
|
Issue Index |
Created on July 13, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|