MODIFICATION
35 -- Environmental Control Booth, Quantity of 1 EA.
- Notice Date
- 7/30/2003
- Notice Type
- Modification
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N00421-03-T-0198
- Response Due
- 7/31/2003
- Archive Date
- 8/15/2003
- Point of Contact
- Rhoda Hall, Contract Specialist, Phone (301) 995-8950, Fax 301-995-8670, - Don Mumbert, Contracting Officer, Phone 301-995-8553, Fax 301-995-8670,
- E-Mail Address
-
hallrg@navair.navy.mil, mumbertdl@navair.navy.mil
- Description
- This is Amendment 0001 issued to Solicitation Number N00421-03-T-0198 a combined synopsis/solicitation for commercial items. The purpose of this amendment is to answer questions submitted by potential Offerors. Question (1) The specification appears to be written around a Torit ECB booth. We can comply with the requirements dimensionally. We build our own dust collectors and cartridge collectors. The cartridge collector was designed for utilization with this type of booth. Do you object to a custom design job shop bidding on this project? All replacement parts are readily available through other equipment manufacturers http://www.donaldson.com/en/industrialair/replacement/index.html and after market dealers such as http://bha.com/ as well as our own parts department. Answer (1) No objection to custom design job shop bidding as long as the delivery date can be met. Question (2) The minimum filter area specified is very low for the size of the booth. The face opening is about 112 feet. I recommend that the face velocity is 200 FPM for adequate capture of particulate generated in the sanding and grinding operations. The minimum face velocity accepted for fiberglass sanding is 120 FPM. If the booth with clean filters performs at 200 FPM, then as the filters get dirty it will still perform above the minimum standard for some time. The less filter area, the sooner you will cross that threshold. Also the less filter area, the less effective the pulse system will be due to dust re-intranement on the filter surface. Consequently, I am recommending a minimum of 8,000 square feet of filter area at 22,500 CFM total system capacity at 5" WC. I also am providing an option to upgrade to a VFD to provide energy management and the ability to overcome some dust buildup on the filters. A VFD would also provide the opportunity to slow the fan down to a low speed, this would enhance cleaning the filters. The air to filter media ratio is still almost 3 CFM per square foot of filter. It is difficult to clean a cartridge with that much air passing through it. Slowing the fan down when the filter gets dirty would allow you to clean the filters without having the dust blowing out of the booth. If you clean the filters with the fan off, the dust will go airbourne and could escape the booth. Answer (2) Thank you for the recommendations, however the government does not intend to change the specifications of this requirement. Question (3) The cleaning of the filters generates a fair amount of noise. We can option an inlet acoustic baffel to shelter the employee that is in the booth from some of this noise. The acoustic absorbers hung on the wall have little effect on the direct noise transmission. They are very effective for the reverberation and diminish the total noise exposure by up to 5 dB within the booth. This option is not included in our base bid. It can be added at a later date if you wished. Answer (3) Thank you for the recommendations, however the government does not intend to change the specifications of this requirement. Question (4) Please advise if there are drawings available. Answer (4) No drawings are available. Responsible interested parties may submit information in which they identify their interest and capability. Quote is due to Rhoda Hall, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 7, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 31 July 2003. The Government will not pay for any information received. Electronically submitted via email address and facsimile proposals shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 contact Rhoda Hall, Code 251214, Telephone 301-995-8950 or via e-mail: Hallrg@navair.navy.mil. If an Offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above at facsimile (301-995-8670) or telephone (301-995-8950). There are no changes to this solicitiation. **END SYNOPSIS/SOLICITATION N00421-03-T-0198 AMENDMENT 0001.** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. Simplified procedures as described in FAR 13.5 will be used for acquisition of these commercial items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number N00421-03-T-0198 is issued as a request for quotes (RFQ). The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular 01-14 and Defense Federal Acquisition Regulations Supplement Change Notice 20030620. The Government intends to award a contract on a ?least cost technically acceptable? basis for an Environmental Control Booth under the authority of FAR 6.302-1. Contract type will be firm-fixed-price. The Environmental Control Booth must be in accordance with the following specifications: (1) Minimum working area to be 7 feet 6 inches high by 15feet wide by 8 feet deep, area available for installation of booth is 16 foot 11 inches wide by 10 feet high by 12 feet deep. (2) Booth to be made of 16 gauge steel. Air chamber and dust collector cabinet to be 12 gauge steel. (3) Control panel to be completely factory wired. (4) Booth to have minimum of 2880 square feet of filter area and capable of venting cleaned air back into the workspace for re-use. (5) Fractional filtration efficiency of booth to be minimum 99.999% @ 1.0 Micron. (6) Booth shall be equipped with reverse pulse valves, manifolds, and solenoids control board to provide automatic cleaning of filters either at shutdown or preset time intervals. (7) Cleanout drawers shall be accessible from the front (inside the working area) and minimum of 1.5 cubic feet capacity. (8) Booth shall have minimum of 4 each 4 feet fluorescent light fixtures. (9) Inside of booth to be covered with silver or white acoustical panels made from fire-retardant, washable materials to reduce noise both inside and out. (10) Vendor to provide and install complete booth at building 8008, NAWCAD, Webster Field, St. Inigoes, Maryland 20684. (11) Government will provide suitable air and power to the booth location. Vendor shall hook up air and power to the control booth. (12) Vendor shall provide operating and maintenance manuals and provide initial startup and training of end-user personnel. (13) Booth to meet or exceed all OSHA regulations. The required Environmental Control Booth will be used for program support sanding and grinding projects. The contract line item number and description for this procurement is: CLIN 0001 Environmental Control Booth (Qty of 1 EA). The associated North American Industry Classification Systems (NAICS) code for this requirement is 333999 with a size standard of 500 employees. The quote along with completed representations and certifications is due by 31 July 2003. Award is anticipated no later than 8 August 2003 with a required delivery within 4 weeks after receipt of order. FOB Destination to Receiving Officer, NAWCAD, Bldg 8115, Villa Road, St. Inigoes, MD 20684-0010; M/F: A. Amber, Code 4.5.12. Inspection and acceptance shall be made at destination. The contractor shall extend to the Government full coverage of any standard commercial warranty normally offered in a similar commercial sale. Acceptance of the warranty does not waive the Government's rights under the Inspection clause, nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict the terms and conditions of the contract shall take precedence over the warranty. The warranty period shall begin upon final acceptance of the applicable deliverable listed in the schedule. FAR 52.212-1 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (OCT 2000) is incorporated by reference and applies to this acquisition. The provision at 52.212-2 EVALUATION?COMMERCIAL ITEMS (JAN 1999) does not apply to this acquisition. The offeror shall provide back-up information that verifies the price quoted. This could consist of a copy of the current catalog or price list; invoices from previous sales of the identical item(s); etc. Offeror shall include a completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS?COMMERCIAL ITEMS (JUL 2002) ALTERNATE I (APR 2002) with its quote. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (FEB 2002) is incorporated by reference and applies to this acquisition. The following addendum is added: YEAR 2000 COMPLIANCE (MAR 1999) (NAVAIR 5252.246-9503) (a) The Contractor shall ensure that all information technology, which will be required to perform date/time processing involving dates subsequent to December 31, 1999, shall: (1) be Year 2000 compliant or (2) if the Contracting Officer approves in writing, the identified information technology will be upgraded to be Year 2000 compliant prior to the earlier of: (i) the earliest date on which the information technology may be required to perform date/time processing involving dates later than December 31, 1999 or (ii) December 31, 1999; and (3) Describe existing information that will be used with the information technology to be acquired and identify whether the existing information is Year 2000 compliant. (b) ?Year 2000 compliant? means, with respect to information technology, that the information technology accurately processes date/time data (including but not limited to, calculating, comparing and sequencing) from, into, and between the twentieth and twenty-first centuries, and the years 1999 and 2000 and lap year calculations, used in combination with the information technology being acquired, properly exchanges date/time data with it. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2003) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest After Award (31 U.S.C 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) which the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-3, Convict Labor (JUN 2003) (E.O. 11755); (2) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (SEP)(E.O. 13126); (3) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (4) 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246); (5) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); (6) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793); (7) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C 4212); (8) 52.225-13, Restriction on Certain Foreign Purchases (JUN 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); (9) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999) (31 U.S.C. 3332). (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) or (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vi) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause?(i) 52.219-8, Utilization of Small Business Concerns (OCT 2000) (15 U.S.C 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (APR 2002)(E.O. 11246); (iii) 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001) (38 U.S.C. 4212); (iv) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793); (v) 52.222-41, Service Contract Act of 1965, as amended (MAY 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C 351, et seq.);and (vi) 52.247-64, Preference for Privately Owned U.S.-Flagged Commercial Vessels (APR 2003) (46 U.S.C. Appx 1241 and 10 U.S.C 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov/far or http://www.acq.osd.mil/dp/dars/dfars.html . The provision at 252.204-7004 Required Central Contractor Registration (NOV 2001) applies to this solicitation. THIS NOTICE OF INTENT IS A REQUEST FOR COMPETITIVE QUOTES FOR AN ENVIRONMENTAL CONTROL BOOTH. Responsible interested parties may submit information in which they identify their interest and capability. Quote is due to Rhoda Hall, Contract Specialist, Naval Air Warfare Center Aircraft Division, Building 8110, Unit 7, Villa Rd., St. Inigoes, MD 20684-0010 by 3:30 P.M. Eastern Standard Time, 31 July 2003. The Government will not pay for any information received. Facsimile proposals shall be accepted. For information regarding this solicitation or copies of FAR provision 52.212-3 contact Rhoda Hall, Code 251214, Telephone 301-995-8950 or via e-mail: Hallrg@navair.navy.mil. If an Offeror is not able to contact the Contracting Office via e-mail, please fax correspondence/requests to the point of contact above at facsimile (301-995-8670) or telephone (301-995-8950). **END SYNOPSIS/SOLICITATION N00421-03-T-0198.
- Place of Performance
- Address: Naval Air Warfare Center Aircraft Division, Webster Field, St. Inigoes, MD
- Zip Code: 20684-0010
- Country: United States
- Zip Code: 20684-0010
- Record
- SN00387435-W 20030801/030730213951 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |