The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract as 1) Technical Capability, 2) Delivery, and 3) Price are the Evaluation Factors for the item listed below. The required item is for commercial item prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice.
The Contract Line Item (CLINs) are as follows:
CLIN 0001: QTY 1
MATERIAL: PIRANHA SEP120 IRONWORKER
1. SPECIFICATIONS:
1.1. SCOPE: Procurement for one each (1ea) 120 Ton Single end punch for installation at
Norfolk Naval Shipyard.
2. EQUIPMENT DESCRIPTION: The equipment shall consist of one each (1 ea.) 120 ton
Single end punch that meets the following requirements.
2.1. SALIENT CHARCTERISTICS: Machines shall have a minimum of the following salient
characteristics.
2.1.1. Open Height: 12-1/4”
2.1.2. Punch Force: 120 Tons
2.1.3. Stroke Length: 2” (Minimum)
2.1.4. Closed Height w/o Die Block: 10-1/4”
2.1.5. Punch Hole Size: 1-1/2” (hole) 1” (mild steel)
2.1.6. Punch End Strokes Per Minute: 16 (strokes) at 1” (mild steel)
2.1.7. Throat Depth: 20” (Minimum)
2.1.8. Platen Table Size (D-W): 20”x10”
2.1.9. Bending Attachment: 18”
2.1.10. Power Unit: 10 HP 460-volt, 3 phase motor
2.1.11. Work Station Height: 42”
2.1.12. Hydraulic Tank Capacity: 30gal minimum
2.1.13. Hydraulics Pump GPM System R/V PSI: 10.5, 2850
2.1.14. Motor Horse Power: 10HP 3PH (Minimum)
2.2. Design / Construction:
2.2.1. Machine Maximum Footprint: The machine dimensions shall not exceed 60” X
48” X 72” W-L-H.
2.2.2. Stroke Control: The machine shall have electrical limit switches to control stroke
during machine operation.
2.2.3. Machine Controls: The machine shall have a 5 position joy stick control
(electric) with jog up & down, fast up & down and neutral.
2.2.4. Foot Switch Control: The machine shall be equipped with a remote electric foot
switch designed for hands free operations.
2.2.5. Electrical Items: All electrical items shall UL (Underwriter's Laboratory)
approved and shall have the UL numbers printed or stamped on them and can be
easily traced to the point of manufacture.
2.2.6. Available Utilities: 460 VAC, 3 phase, 60 Hz
2.2.7. Power Requirements: Machine shall be built to NFPA 79 and shall be wired for
460 VAC, 3 phase, 60 Hz or have a step down transformer from 460 VAC, 3 phase,
60 HZ to the machine operating voltage.
2.2.8. Electric Power Disconnect: A lockable power feed disconnect device shall be
provided and installed on the equipment to provide means to isolate power to
machine.
2.2.9. Emergency Stop: Machine shall be equipped with a emergency stop button that
is readily accessible, red in color with a yellow background bezel or housing, self latching and designed to stop dangerous machine operations as quickly as possible
without creating additional hazards.
2.2.10. Motor Starter: Motor starter shall be equipped with primary fusing and
overloads.
2.2.11. SAFETY AND HEALTH REQUIREMENTS: Covers, guards, or other safety
devices shall be provided for all parts of equipment that present safety hazards.
Safety devices shall not interfere with operation of the equipment. The devices
shall prevent unintentional contact with the guarded part and shall be removable to
facilitate inspection, maintenance and repair of the parts. Machine parts,
components, mechanisms, and assemblies furnished on the unit shall comply with
all specific requirements of "OSHA Safety and Health Standards (29 CFR 1910),
General Industry" that are applicable to the equipment itself. Additional safety and
health requirements shall be as specified in other paragraphs of this specification.
The design and manufacture shall be in accordance with all applicable ANSI safety
standards.
2.2.12. CAUTION WARNING PLATES: Corrosion resistant "Caution" or "Warning"
plates shall be securely attached to the equipment in prominent, visible locations.
All safety precautions to be observed by the operator or maintenance personnel
shall be permanently marked on the plates.
2.3. Required Tooling/ Accessories:
2.3.1. Bending Attachments: The machine shall be provided with an 18” bending
attachment designed to be mounted perpendicular to the beam. Bending
attachment shall include a 4-way bending die with openings of 7/8”, 1-1/8”, 1-1/2”
and 2”.
2.3.2. Channel Processing Attachments: Machine shall be provided with a Channel
Die Block designed to replace the standard die block capable of punching a hole in
the leg or web of channel.
2.3.3. Oversize Punching Attachments: Machine shall be provided with oversize
punching attachments that mounts in place of the standard punch attachment and
are designed to punch a 50-ton maximum hole. The following sizes are required.
a) 3” Max Hole
b) 4” Max Hole
c) 5” Max Hole
2.3.4. Quickset Gauging Tables: Machine shall be provided with a gauging table that
mounts around the die block and uses finger stops to repeat a series of punched
holes in flat bar or angle. The attachment shall come with a table and flat bar gauge
with measuring rules for easy hole location layout.
2.3.4.1. 5’ Quick Set Table Extension Attachment: 5’ or 10’ extension can be
added to the left or right side of the base table for longer part processing.
2.3.4.2. 10’ Quick Set Table Extension Attachment: 5’ or 10’ extension can be
added to the left or right side of the base table for longer part processing.
2.3.5. Pipe Notching Attachments: The Machine shall be provided with pipe notching
attachments that mount on the platen table in place of the punch die block and are
designed to accept 3/4” through 2” Schedule 40 Pipe Notching Dies.
2.3.5.1. Pipe Notching Dies: The pipe notching dies shall be spring return die
sets that mount in the pipe notching die holder. The following notching dies
and tooling shall be provided.
a) Pipe Notching Die Holder
b) Pipe Notching Striker
c) ¾” Schedule 40 Pipe Notching Die
d) 1” Schedule 40 Pipe Notching Die
e) 1-1/4” Schedule 40 Pipe Notching Die
f) 1-1/2” Schedule 40 Pipe Notching Die
g) 2” Schedule 40 Pipe Notching Die
2.3.6. Standard Punch Attachment: Machines shall be delivered with punch holder,
stripper and die block.
2.3.7. Punch and Die Set: Machines shall be delivered with 5 punch and die sets 9/16”
through 1-1/16”.
2.3.8. Machine Actuator Switch: Machines shall be delivered with a 3-postion wired
foot pedal style switch.
2.3.9. Wrench: Machines shall be delivered with a coupling wrench.
2.3.10. Filter Element: Machines shall be delivered with an extra filter element.
2.4. TECHNICAL MANUALS: Three (3 ea.) complete sets of technical manuals covering
operation, service and maintenance, and part-listing shall be provided for each
machine.
2.5. Warranty: These machines shall be warranted against any defects in material, parts,
and workmanship for 12 months after the date of installation. The control, servomotors
and main spindle motor are warranted against defects in material, parts, and
workmanship for 12 months after the date of installation.
3. TECHNICAL CONTACT (TPOC):
Russell Harris Ph: 757-636-4908 Email: russell.r.harris@navy.mil
Patrick A. Craig Ph: 757-536-3295 Email: patrick.craig@navy.mil
4. QUALITY ASSURANCE PROVISIONS: Inspection and acceptance of the supplies, performed at destination by Code 983 and shall consist of type and kind; condition; operability, if readily determinable; preservation; packaging.
5. PRESERVATION, PACKAGING AND PACKING: The equipment shall be packaged, packed and preserved for shipment to reach ultimate destination undamaged. Package shall be prominently marked “NOT FOR OUTSIDE STORAGE”. Yellow packaging, packing, preservation and marking are prohibited.
6. Additional Requirements:
6.1. Nameplate: A nameplate shall be permanently and securely attached to each machine, the information provided on the plate shall be as listed below.
a) Nomenclature
b) Manufacturer’s name
c) Manufacturer’s model designation
d) Manufacture’s serial number
e) Power input (volts, total amps, phase, frequency)
f) Amp rating of largest motor
g) Short circuit/over-current protection rating
h) Contract Number or Order Number
i) National Stock Number or Plant Equipment Code
j) Date of manufacture
7. INSTALLATION:
7.1. Installation/Foundation Drawings: Not later than sixty (60) calendar days after effective date of contract; installation instructions, requirements and drawings shall be provided to Norfolk Naval Shipyard TPOC.
7.2. Machine Start-up and Commissioning: The contractor shall provide machine start-up / commissioning to ensure machine is set up and operating in accordance with all original equipment manufacturer recommendations.
8. TRAINING:
8.1. Operator Training: The contractor shall provide training to familiarize Norfolk Naval Shipyard personnel with the equipment / tooling and to help ensure reliable performance and maximum service life, during normal usage.
8.1.1. Training Requirements: Training shall be provided at the receiving activity. Training shall include preparation of equipment for safe operation. The trainees shall be provided instruction for all aspects of machine operations. Trainees shall be provided instruction for the care, use and operation of all attachments and accessories. Training shall be provided for three (3) operators. The training period shall not be less than one (1) consecutive, eight (8) hour workday. A training manual (which could be an additional operator’s manual instructions) shall be provided for each student.
9. FACILITIES ENTRY REQUIREMENTS:
9.1. Initial Entry: Contractor provide a SECNAV 5512 and a CNRMA Installation Access Screening Request form that will be provided by the technical point of contact. These documents will be endorsed by the TPOC and forwarded to the NNSY Pass Office. Contractor shall submit documents approximately two weeks before arrival.
9.2. Vehicle Entry: The company name shall be displayed on each door of the Contractor's vehicles in a manner and size that is clearly visible. All vehicles shall display a valid state license plate that complies with State Vehicle Code. Vehicles shall meet all other requirement of the State Vehicle Code, such as safety standards, and shall carry proof of insurance and state registration. Passes will be issued for vehicles to enter the shipyard. A separate pass is required for entering the Controlled Industrial Area (CIA).
The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 333515, Other Communications Equipment Manufacturing with a size standard of 500 employees. The Product Service Code is 3456. The solicitation document incorporates provisions and clauses in effect through FAC 2025-03 and DFARS Change Notice 01/17/2025.
The anticipated delivery date for this acquisition is 7 JULY 2025. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only.
The solicitation number is SPMYM125Q0105 and it is expected to be available on or about 11 June 2025 and posted to SAM.gov, https://sam.gov/ Quotes will be due by 2:00 PM EST on 16 June 2025. Responses to the solicitation notice shall be emailed to the attention of Erin Castro at erin.castro@dla.mil. Please make sure that the solicitation number (SPMYM125Q0105) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues.
Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offeror's to access solicitation documents posted. Prospective Offeror's should also register at on the interested vendor list under SPMYM12Q0105. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed.
All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov. All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to Erin Castro at erin.castro@dla.mil.