The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract with Lowest Price Technically Acceptable (LPTA) Evaluation Factors for the item listed below. The required item is for commercial items 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 Items (CLINs) are as follows:
INVERTER STUD WELDER QUANTITY: 5 U/I: EA
1. SPECIFICATIONS:
1.1. SCOPE: This specification covers the requirements for five (5) each stud welding systems.
2. EQUIPMENT DESCRIPTION: Five each (5 ea.) one-person portable 1/2” Inverter Stud Welder and
required accessories:
2.1. SALIENT CHARACTERISTICS: The equipment shall have the following salient characteristics.
2.1.1.Specifications: Stud welder shall meet a minimum of the following specifications.
2.1.1.1. Stud Diameter: 12 Gauge to 1/2”
2.1.1.2. Welding Process: Drawn Arc, Short Cycle, Gas Arc
2.1.1.3. Welding Current: 50A—800A Continuously Adjustable
2.1.1.4. Welding Time: 5ms—1000ms
2.1.1.5. Weight Without Input Cord: 40lbs. (Maximum)
2.1.1.6. Dimensions (L x W x H): 13” x 10” x 21” (Maximum)
2.1.1.7. Weld Rates: 1/2” Dia. = 3 Studs/Min
3/8” Dia. = 6 Studs/Min
1/4” Dia.= 12 Studs/Min
2.1.1.8. Input Power: 3 Phase 400‐460V 50/60 Hz 15A
2.1.1.9. Material: Steel, Stainless Steel, Aluminum, Heat‐Resistant Steel, Advanced High Strength Steel
2.1.1.10. Gun: Light Duty Pinning Gun, Standard Duty NS‐40
2.1.1.11. Gun Connectors: Hubble Style
2.1.1.12. Power Connectors: Dinse style
2.1.2. Features and Options: System shall be equipped with the following features and options.
2.1.2.1. Weld Monitor: System shall be equipped with an arc energy monitor designed to detect bad welds from process signals.
2.1.2.2. Gun Monitor: System shall be equipped with a gun monitor designed to match gun speed and compensate for gun wear.
2.1.2.3. Cable Monitor: System shall be equipped with a cable and connector monitor designed to detect cable wear or loose connector.
2.1.2.4. Pulse Waveform: System shall be equipped with a pulse waveform capability designed to help clean surface contaminants and provide better penetration on challenging materials.
2.1.2.5. Cold Plunge Prevention: System shall be equipped with a cold plunge prevention feature that extends arc time when stud plunge is slowed down.
2.1.2.6. Constant Energy: System shall be equipped with a constant energy feature designed to Deliver constant heat input despite surface coating, gun lift and flux ball variation.
2.1.2.7. Chuck Change Indicator: System shall be equipped with a feature that alerts operators to perform scheduled preventative maintenance of consumable parts.
2.1.3.Accessories and Consumables: The following accessories and consumables shall be provided with the systems.
2.1.3.1. Gas Control Kit: Each system shall be provided with a Gas Control Kit.
2.1.3.2. Standard Stud Chuck’s: Systems shall be provided with the following chucks.
2.1.3.2.1. 1/4” Chuck: 25 each
2.1.3.2.2. 5/16” Chuck: 25 each
2.1.3.2.3. 3/8” Chuck: 25 each
2.1.3.2.4. 1/2” Chuck: 25 each
2.1.3.3. Standard Ferrule Grips: Systems shall be provided with the following ferrule grips.
2.1.3.3.1. 1/4" Ferrule Grip: 25 each
2.1.3.3.2. 5/16" Ferrule Grip: 25 each
2.1.3.3.3. 3/8" Ferrule Grip: 25 each
2.1.3.3.4. 1/2” Ferrule Grip: 50 each
2.1.3.4. Non-Standard Stud Chucks: Systems shall be provided with the following additional chucks.
2.1.3.4.1. 90° 1/4” Chuck: 25 each
2.1.3.4.2. 90° 3/8” Chuck: 25 each
2.1.3.4.3. 1/4” Split Chuck: 25 each
2.1.3.4.4. 3/8” Split Chuck: 25 each
2.1.3.4.5. 1/2” Split Chuck: 25 each
2.1.3.5. Additional Accessories: System shall be provided with the following items.
2.1.3.5.1. Adjustable 7" Leg: 20 each
2.1.3.5.2. Standard Foot Plate: 20 each
2.1.3.5.3. Open Foot Plate: 20 each
2.1.3.5.4. Template Adapter: 10 each
2.1.3.5.5. Template Foot: 10 each
2.1.3.5.6. Template Chuck 1/2”: 10 each
2.1.3.5.7. Template Ferrule Grip 1/2”: 10 each
2.1.4. 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.
2.1.5. 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.
2.1.6. Identification Plate: A corrosion resistant identification plate shall be securely and conspicuously placed on each system. It may be the manufacturer's standard, but, as a minimum, it shall contain the following information:
Nomenclature
Contractor’s Name
Manufacturer’s Model Designation
Manufacturer’s Serial Number
Electrical Utilities (Volts, H.P., Amps, Frequency, Phases, etc.)
Other Utilities (GPM, CFM, PSI, etc.), as applicable
Contract Number
Date of Manufacture
Machine Net Weight
3. TECHNICAL MANUALS: Three (3) complete sets of technical manuals covering operation, service
and maintenance, and part-listing shall be provided.
4. 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.
5. TECHNICAL CONTACT:
6. QUALITY ASSURANCE PROVISIONS: Inspection and acceptance of the supplies, performed at
destination by TPOC and end user and shall consist of type and kind; condition; operability, if readily
determinable; preservation; packaging.
7. 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.
8. SHIPPING ADDRESS: Norfolk Naval Shipyard
Portsmouth Va. 23709
The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 333992, Welding and Soldering Equipment Manufacturing with a size standard of 1250 employees. The Product Service Code is 3431.
The anticipated delivery date for this acquisition is 10 weeks after contract award. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only.
The solicitation number is SPMYM125Q0080 and it is expected to be available on or about 17 April 2025 and posted to SAM.gov, https://sam.gov/ Quotes will be due by 3:00 PM EST on 23 April 2025. Responses to the solicitation notice shall be emailed to the attention of Monica Richardson as monica.richardson@dla.mil Please make sure that the solicitation number (SPMYM125Q0080) 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 on the interested vendor list under SPMYM125Q0080. 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 Monica Richardson at monica.richardson@dla.mil.