SOURCES SOUGHT
43 -- Submergible Fire Pump Lease w/ option to Purchase
- Notice Date
- 6/1/2023 1:42:55 PM
- Notice Type
- Sources Sought
- NAICS
- 333914
— Measuring, Dispensing, and Other Pumping Equipment Manufacturing
- Contracting Office
- NORFOLK NAVAL SHIPYARD GF PORTSMOUTH VA 23709-1001 USA
- ZIP Code
- 23709-1001
- Solicitation Number
- N4215823RC_Fire_Pump
- Response Due
- 6/7/2023 12:30:00 PM
- Archive Date
- 06/22/2023
- Point of Contact
- Tyler Macdonald, Phone: 7573968359, Bobbi Forbes, Phone: 7573963234
- E-Mail Address
-
tyler.w.macdonald@navy.mil, bobbi.forbes@navy.mil
(tyler.w.macdonald@navy.mil, bobbi.forbes@navy.mil)
- Description
- SOURCES SOUGHT SYNOPSIS: Sources Sought Number:������������������ �������������������� ����������� Notice Type: N4215823RC_Fire_Pump����� ����������� ����������������������������������� Sources Sought Synopsis: 1.� The purpose of this Sources Sought is to conduct market research to determine if any responsible sources exist, outside of the suggested source; the Government is interested in both large and small businesses concerns. The proposed North American Industry Classification Systems (NAICS) Code is 333914 - Pumps, industrial and commercial-type, general purpose, manufacturing, which has a corresponding Size Standard of $22M, and the Product Service Code (PSC) is 4320 - Power And Hand Pumps. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide a capabilities statement, confirming your availability to provide the described service/supplies. 2.� Program Details: Requirement Need: NNSY has a need for an annual lease with option to purchase of a Submergible Fire Pump meeting the below salient characteristics and services: TECHNICAL CAPABILITES STATEMENT Item 0001 - General Specification for 10,000 GPM Standby Submersible Fire Pump. Shall be provided with the following capabilities, features and specifications: 10,000 GPM @ 100 ft. vertical lift minimum. NFPA approved connections. Diesel powered centrifugal pump. Onboard fuel tank with capacity for 8 hour run time. Trailer mounted with gooseneck pull, 2 5/16� ball hitch. Full enclosure with roll-up doors. Mounted deployment / retrieval crane system. Attached hose, fittings, and hose reel. No more than 10 years old and tested within 2 weeks of delivery. Operating instructions posted on the side of the unit. Two year lease with option to purchase CONTRACTOR RESPONSIBILITY: 1. Equipment delivery transportation shall be door to door by Contractor. 2. Provide all parts requiring repair or replacement under circumstances of normal equipment wear and tear at no additional charge. 3. Contractor is responsible for ensuring that all preventative maintenance is performed on equipment prior to delivery to the government. Contractor is also responsible for performing the preventative maintenance as specified by the equipment manufacturer�s preventative maintenance schedule during the term of the rental period with the government. 3a. Contractor is responsible for all travel associated with preventative maintenance. 3b. Contractor is responsible to complete any preventative maintenance within 72 hours that is not performed on time per the equipment manufacturer�s preventative maintenance schedule as recorded by Norfolk Naval Shipyard/NOB. 4. Contractor is responsible for providing contracted personnel and truck drivers that are able to meet the badging and security requirements of Norfolk Naval Shipyard/NOB. Contracted personnel must be United States Citizens. Foreign Nationals will not be allowed on job site. 5. Post contact information for service/repair of equipment directly on the rental equipment. Contact information must be packaged to withstand being located in an outdoor environment. 6. The Contractor shall dispatch a representative in response to a service request to repair and/or replace the equipment within (24) hours of notification by NNSY at no additional charge whether request is placed during normal business hours or outside of normal business hours. 6a. Contractor is responsible for travel associated with repair/replacement of equipment. 6b. Contractor is responsible to replace the equipment within 12 hours of initial notification if repairs cannot be made to the existing unit. 7. Contractor to provide written operation instructions to Norfolk Naval Shipyard/NOB for the equipment. 8. Contractor to provide training to Norfolk Naval Shipyard/NOB in the proper operation of the equipment set utilizing Contractor written operation instructions. 8a. Contractor is responsible for travel associated with training of the equipment. 9. Contractor is to validate with Norfolk Naval Shipyard/NOB that the rental equipment is in accordance with the Statement of Work requirements at delivery. 10. Contractor to provide the option of contract extension upon exercising the first year for two option years. 11. Contractor shall provide the option to purchase the equipment after the two option years expire. NNSY RESPONSIBILITY: 1. Security clearance and access for all personnel will be managed by: Michael Fiala (757-621-8803). 2. Provide location (Building CEP-198) and move equipment as necessary. 3. Lost items and equipment damage beyond normal wear and tear. ADDITIONAL DETAILS: 1. New or used equipment may be provided. NNSY reserves the right to inspect the proposed equipment prior to contract award. 2. The equipment 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 the equipment 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 forty-eight (48) hours-notice for return of the equipment prior to expiration of rental period. Market Survey: Please provide a capability statement for your company and proposed pump specifications of how your company will service the equipment during the lease period along with any additional information on equipment requirements.�� Please state your business size (small or large) based upon the NAICS Code and provide updated NAISC/PSC selections. Please list the country of manufacturer and if your company owns the equipment presently. Please confirm that you are registered in SAM and accept invoicing through Wide Area Workflow (WAWF). Please provide an availability date on when equipment could be delivered to NNSY. If possible, please provide a Rough Order of Magnitude (ROM) for the cost of the annual lease and purchase price.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b85a7bf5d37c44d28c59d8cd25def559/view)
- Place of Performance
- Address: Portsmouth, VA 23709, USA
- Zip Code: 23709
- Country: USA
- Zip Code: 23709
- Record
- SN06702023-F 20230603/230601230118 (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 |