SOLICITATION NOTICE
54 -- Removal of existing paint booth and provide and install Cross Flow Spray Paint Booth
- Notice Date
- 8/18/2004
- Notice Type
- Solicitation Notice
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, Regional Supply Office Oceana, 983 D Avenue (CODE 194), Virginia Beach, VA, 23460-2208
- ZIP Code
- 23460-2208
- Solicitation Number
- N60191-04-Q-0008
- Response Due
- 9/3/2004
- Archive Date
- 9/18/2004
- Point of Contact
- Lou Hemmings, Purchasing Agent, Phone 757-433-3442, Fax 757-433-2176, - Lou Hemmings, Purchasing Agent, Phone 757-433-3442, Fax 757-433-2176,
- E-Mail Address
-
hemmingsl@nasoceana.navy.mil, hemmingsl@nasoceana.navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- RSO Oceana, Virginia Beach, VA is issuing a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. Solicitation # N60191-04-Q-0006 was cancelled and Solicitation # N60191-04-Q-0008 applies to this Synopsis/Solicitation and is being issued as a request for quote (FRQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. This is a small business set-aside, reference SIC 3549/NAICS 333518, small business size standards: 500. Item 0001, Design and Fabricate 1 each Cross Flow Paint Spray Booth dry filter type booth, and install on site. Includes teardown and removal(to dumpster provided by government) of existing Paint Booth. STATEMENT OF WORK: SPECIFICATIONS FOR REMOVAL/DISPOSAL OF EXISTING PAINT BOOTH; NEW CROSS FLOW SPRAY PAINT BOOTH AND INSTALLATION Remove existing paint booth. Existing booth is lead, chromate, and cadmium free. AIMD,will provide dumpster for dismantled booth and disposal of used dumpster. Coatings: Two (2)-Part Polyurethane Electrical Requirements: Power: 208V 3PH 60Hertz; Control: 110V 1PH 60 Hertz. Class 1 Div 1 within 3? of all openings and inside booth. All electrical work will meet or exceed NEC-1999 edition. NOTE: Available voltage at panel is 230V 3PH 60 Hertz. General Requirements: Design and fabricate one Cross Flow Paint Spray Booth complete with intake, filter, lights, exhaust fan and exhaust duct. Contractor will complete all items required to be interlocked. (Example: lighting, ventilation, etc) -Dimensions of booth: 14?9?wide x 12?8?high x 26?deep -Drive in ? back out design -Inlet air filters incorporated into front entrance of booth or side of booth capable of filtering shop dust and dirt from entering the paint spray booth -Front entrance lockable by user from inside booth -Two Dwyer monometers mounted on booth sidewall panels -Exhaust-36? tube axial in-line exhaust fan manufactured from non- sparking material -Air makeup unit will provide a minimum of 16,800 CFM but may go as high as 19,200 CFM. Contractor will require load balancing -Straight exhaust exiting paint booth top and through building roof with roof curb. -Side access door with viewing window (right side) Compressor: Dual Duty Compressor to provide LP air and breathable air to meet the following list of requirements: Breathable ? Supplied at 10 CFM minimum inside booth with a Model RP050BMST; www.modsafe.com, CO2 monitoring device incorporated and mounted on the outside of the booth. LP Air Supply ? Able to supply a constant pressure of 100 PSI for a HVLP spray gun at a minimum of 20 CFM inside the booth controllable with a pressure regulator mounted outside of paint booth. Installed Air: Base provided LP air will be piped into booth with a pressure regulator mounted outside of paint booth. Fire Suppressant System: Style - Automatic; Type - Wet; Sprinkler Heads ? Recessed/Pop out with a quantity sufficient to code; All applicable requirements of NFPA 13 will be met Fume Monitor: Fume monitor able to signal user inside of booth of escaping paint fumes The following clauses and provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items; FAR 52-212-4, Contract Terms and Conditions FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items with the following FAR clauses in paragraph (b) and (c) which shall apply to the resultant contract: 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.222-41, 52.222-41; FAR 52-228-5, Insurance-Work on a Government Installation; DFARS 252-204-7004-Required Central Contractor Registration (Nov 2001) DFARS 252.212-7000, Offeror Representations and Certifications ? Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; INSTRUCTIONS TO OFFERORS: (1) Offerors are to include completed copies of FAR Clause 52.212-3 and DFARS Clause 252.212-7000 with their proposal; (2) Offerors must acquaint themselves with the regulations concerning Commercial Item acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are completed and returned as called for in this solicitation. Offerors not in possession of the above referenced clauses in full text may obtain them at www.arnet.gov/far. EVALUATION AND AWARD (1) The Government intends to award a firm-fixed price contract as a result of this synopsis/solicitation to the low, technically acceptable, responsive, responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government. The Government may (1) reject any or all offers if such action is in the public interest, (2) accept other than the lowest offer, and (3) waive informalities and minor irregularities in offers received. Offeror must provide company name, complete mailing and remittance addresses, Cage code, Dunn and Bradstreet Number, Taxpayer ID number, and payment terms. Effective 01 March 1998, all contractors must be registered in the Central Contractor Registration (CCR) database as a condition of contract award. Contractors may register at www.ccr.dlis.dla.mil or call 888-352-9333 Responses to this solicitation are due by 4:00 p.m. on 03 September 2004 and may be submitted to the Contracting Department via one of the following methods: (1) U.S. Postal Service at: Regional Supply Officer, Regional Supply Oceana, 983 D Avenue (code 194), Attn Lou Hemmings, Virginia Beach, VA 23460-2208. (2) FedEx, UPS, etc. delivery to: RSO Oceana, Purchasing Branch, Attn Lou Hemmings, Bldg 730, NAS Oceana, Virginia Beach, VA 23460, or (3) facsimile at (757) 433-2176. The offeror is responsible for insuring that proposals are received at the Contracting Department before closing date and time specified. No oral offers will be accepted. Reference solicitation number N60191-04-Q-0006 on proposal. For questions regarding this solicitation contact Lou E. Hemmings, 757-433-3442 or e-mail, hemmingsl@nasoceana.navy.mil
- Place of Performance
- Address: AIMD, 900 DIVISION, WORK CENTER 92D, NAVAL AIR STATION OCEANA, VIRGINIA BEACH, VA,
- Zip Code: 23460
- Zip Code: 23460
- Record
- SN00646746-W 20040820/040818212912 (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 |