Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2004 FBO #1034
SOLICITATION NOTICE

54 -- Composite Repair Booth

Notice Date
9/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, ID, 83648-5296
 
ZIP Code
83648-5296
 
Solicitation Number
Reference-Number-F1EMCC42080300X2
 
Response Due
9/27/2004
 
Archive Date
10/12/2004
 
Description
(i)This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. (ii) RFQ F1EMCC42080300 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-24. It is the contractors responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as [UNRESTRICTED]. North American Industrial Classification Standard: 332312; Small Business Size Standard: 500. (v) CLIN (0001) 2 Each Composite & Glue Booths w/ 12?X 10? Paint Booth, or Equal. CLIN (0002) 2 Each 3? Extension with Light, or Equal. CLIN (0003) 2 Each 2? Extension, or Equal. CLIN (0004) 2 Each Filter Product Door, or Equal. CLIN (0005) 2 Each Mandoor w/ Window, or Equal. CLIN (0006) 2 Each 36? Shutter, or Equal. CLIN (0007) 2 Each Connecting Ring, or Equal. CLIN (0008) 2 Each 36? Elbow, or Equal. CLIN (0009) 2 Each 15? Spiral w/ 36? Diameter, or Equal. CLIN (0010) 1 Each Air Replacement Unit w/ Various Ductwork, or Equal. CLIN (0011) 1 Each Control Panel, or Equal. CLIN (0012) 1 Each Installation, or Equal. CLIN (0013) 1 Each Start-Up and Training, or Equal. (vi) The following are detailed specifications of the CLIN items above (section v): Booth Working Dimensions: 12'Wide x 10'High x 15'Working Depth Approx. Booth Overall Dimensions: 12'4"Wide x 10'10"High x 19'2"Overall Depth Construction: 18 gauge galvanized steel sheets. Panels are pre-punched and companion flanged for easy assembly. Booth is rigidly reinforced with structural steel construction. Note: This equipment is designed expressly for the removal of particulate matter only. Reduction of "volatile organic compounds" requires either coating reformulation or optional, additional equipment. Each Booth includes: 1 ea. 34? Tube axial in-line exhaust fan (12,500 CFM @ 3/8? s.p.) Tube axial fan features a continuously welded housing for an airtight seal. The propellers are nonsparking cast aluminum for consistent air velocity at higher static pressures. The universal motor plates will allow adjustable belt tensioning. The bearings are of premium air handling quality, self-aligning, and have an L10 life of 40,000 hours. The belt guard provides protection from the rotating pulley (OSHA Requirement). Fan has been designed per AMCA 210 Standards. 1 ea. 3 h.p. tri-voltage, 208/230/460 volts, 3 phase, 60 hz TEFC high efficiency motor with variable pitch drive sheave. Motor features a heavy gauge steel frame, double sealed ball bearings that are mechanically locked on the shaft end, and bolt on motor base for easy removal. The service factors for the motor are 1.15 for 3-phase power and 1.0 on 1-phase power. UL recognized and CSA certified. 6 ea. Fluorescent light fixtures, inside access 48" 4-tube, 265 mA, 32-watt T8 ballast, dual voltage-120/277 with 85% color corrected tubes included. Lights are Class I, Division 2 rated. Lights are ETL & ETL-C listed and are also listed for locations having deposits of readily combustible paint residue. Instant start (starting temperature at 0 degrees F.) T-8 electronic ballast provides greater energy savings. The lamp holders are twist in style. The lights feature front/inside access for easy lamp replacement and are equipped with an interlock switch to disable painting operations when light access door is opened. 1 ea. Industrial style exhaust filter chamber 1 ea. Dwyer Mark II Manometer (Required per NFPA-33 Fire Code to monitor paint over spray build up on exhaust filters) 1 set 20? x 20? x 1? Exhaust filter and 1 set of grids 1 ea. Personnel access door with panic latch (3?0?Wide x 7?0?High) with 18? x 24? clear tempered glass observation window. 1 lot Ductwork for exhaust to discharge out the building sidewall. 1 set Bi-fold Filtered product entry door (11?4? wide x 8?6? high). Doors are 2? tube framed and double skinned with 18 ga. sheet steel for sturdiness and durability. Door hinges are heavy duty for long lasting performance. An airtight seal is created with a durable P-Seal rubber gasket. Complete with a set of tacky intake filters for control of intake air cleanliness. 1 lot Necessary assembly hardware (Note: Anchor bolts by others unless specified) and exploded view installation drawings for easy assembly Air Replacement Unit 1 ea Rupp Direct Fired Heater Model No.: CFA-30 Complete with the following: - V1 Vertical Unit Arrangement with Top Discharge - 100% Replacement Air - 30,000 SCFM / 0.5 Duct SP / 0.9 Total ESP / RPM: 538a / BHP: 18.64 - Electric Current: 440-480/60/3 3-wire - ETL Label - Outdoor Safety Switch (Disconnect) - Unit Location: Outdoor Installation - 20 HP Motor - Two Speed (1800/900 RPM) - Open Drip Proof - Premium High Efficiency - 2,916 BTUH (in 1000's) / 90 Temperature Rise (deg F) - Gas Pressure: 29" to 5# (Natural Gas) - Gas Controls: Two (2) Main Gas Valves - Both Solenoid - Temperature Control System: 401M - Maxitrol - Two Speed Damper Package - External Discharge Damper with 2 Pos Motor and Interlock - Two inch Cleanable Filter - G-90 Galvanized Casing - Unpainted Casing - Intake Screen - Flame Failure Unit Shutdown - Operating Lights on Remote Control Panel - Clogged Filter Switch with Light - Vertical Mounting Stand - Adjustable Drives - Extra Set of N.O. Contacts - Gas Pressure Gauge - Remote Switching Panel - Supply air ductwork through the sidewall of the building - Includes discharge air diffuser. Electrical Control Panel 2 ea. CP1-34834 Pre-wired electrical control panel featuring single point connection for quick and easy wiring with NEMA-12 rated enclosure. Includes: Main breaker disconnect - 60 amp Magnetic motor starter Motor fuse protection Lighting contactor Lighting fuse protection Terminal strips for field wiring System operating lights Air make-up temp select UL industrial listing Installation and Wiring and start-up Installation Booth installation will include all necessary labor and materials to install the spray booth, air make-up unit, exhaust duct, intake duct and electrical connections from electrical control panel for operation. NOTE: Installation pricing will be performed during normal working hours and based on a one trip, start to finish. Booth installation will consist of the following: ? Uncrating of Equipment ? Supply all necessary assembly hardware for spray booth and air make-up unit ? Mechanical erection of spray booth, air make-up unit and controls panel ? Supply necessary labor to install exhaust duct, fan connection rings, roof flanges, and stack head assemblies. ? Provide all electrical wiring of spray booth and air make-up components including lights, motors and controls to supplied central electrical control panel. This includes all necessary flexible or rigid conduit for connecting light fixtures on booth. All wiring to meet current NEC guidelines including individual motor disconnects at remote motor locations. ? Electrical connection from control panel to customer supplied electrical supply source. (NOTE: Customer to bring necessary power to our control panel for connection.) ? Provide gas connection to air replacement unit. (NOTE: Customer to provide gas piping to vicinity of the air replacement unit.) ? Providing adequate lifting devices (forklift, scissors lift or crane) capable of lifting men to any point necessary during installation. ? Clean up of equipment and working area in which the installation was performed. (NOTE: Customer to incur costs for means of disposal) ? Start-up and booth balancing. ? Training of customer personnel on operation and maintenance of spray booth and air make-up unit. ? Freight cost. ? Supply & Install fluorescent light tubes in lights. ? Providing fire protection system for booth (Please consult with local fire inspector for codes). ? Provide necessary roof or wall penetrations for spray booth exhaust duct and air make-up unit duct. ? Provide necessary roof curbs and flashing for paint booth exhaust duct and air make-up unit duct. ? Sealing and weatherproofing of all roof or wall penetrations for spray booth ductwork. (vii) FOB: Destination for delivery to: 366 EMS/MXFMS, Bldg 1330, Mountain Home AFB, ID 83648. Delivery Date(31 Oct 2004) Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirments and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (ix) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on a Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (x) Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items, with quote. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Specifically the following clauses cited are applicable to this solicitation: FAR 52.219-6 Notice of Total Small Business Asid; FAR 52.222-3 Convict Labor; 52.222-19 Child Labor?Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13 -Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. (xiii) The following provisions and clauses apply to this acquisition: FAR 52.203 Gratuities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.233-3 Protest After Award; FAR 52.247-34 - F.o.b. ? Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generat ed Forms. The clause at DFARS 252.204-7004 Required Central Contractor Registration; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation; DFARS 252.225-7001 Buy American Act and Balance of Payment Program; DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.243-7001 Pricing of Contract Modifications, applies to this acquisition. (xvi) All quotes must be emailed to Lt Leong at David.Leong@mountainhome.af.mil , or faxed to (208) 828-2658 with attention to Lt Leong. Quotes are required to be received no later than 16:30 MST, Monday, 27 Sept 2004.
 
Place of Performance
Address: 366 EMS/MXFMS, Bldg 1330, Mountain Home AFB, ID
Zip Code: 83648
Country: USA
 
Record
SN00680367-W 20040925/040923211904 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.