Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2006 FBO #1720
SOLICITATION NOTICE

49 -- Abrasive Blasting Media Blast & Recovery System

Notice Date
8/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
327910 — Abrasive Product Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W81R8T61980003
 
Response Due
8/21/2006
 
Archive Date
10/20/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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. This announcement cons titutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12 effective 0 4 Aug 2006 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20060711. It is anticipated that payment will be made by Government Visa Credit Card. This requirement is 100% set-aside for small business. The North American Industry Classification System (NAICS) is 327910 with a size standard of 500 employees. All prospective bidders must be actively registered in the Central Contractor Registration. Offerors may register online at https://www.ccr.dlis.dla.mil/ccr/sc ripts/index.html. This specification covers the minimum Government requirements for one (1) portable, skid mounted, self-contained SPONGE MEDIA BLAST AND RECOVERY SYSTEM. The system shall be used to sponge blast metal surfaces, recover and classify the us ed media, and return the reusable portion of the media to the system for further use. For portability, the entire system shall be mounted on a single heavy-duty skid base (excluding 55 gallon drums). The proposed system will be operated in a medium to he avy-duty industrial environment and shall be capable of continuous operation over an extended period of time with minimal maintenance and upkeep. The blasting operation will occur in a remote location from the abrasive blast machine. The proposed system shall be used in an industrial manufacturing environment having limited space. The proposed equipment shall fit within the following site dimensions (excluding 55 gallon drums). Below this is more specific information. All proposals shall be clearly mark ed with RFQ # W81R8T61980003 and emailed to Dale.Neal@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 8:00 AM MST, August 21, 2006. The Government intends to award a contract to the responsible offeror whose offer conforming to the proposa l will be the most advantageous to the Government based on price and delivery. The Government reserves the right to award to other than the low offeror. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Jan 2006). NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://FARsite.hill.af.mil/VfFAR 1.htm or the ORCA website at https://orca.bpn.gov, locate the reference clause, copy and paste it to a Word document. FAR 52.212-2 Evaluation  Commercial Items (Jan 1999) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (June 2 006) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2006) and specifically addendum 52 .247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (June 2006) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Seg regated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (DEC 2001), 52.222-36 Affirmative Action for Workers with Disabilitie s (JUN 1998), 52.222-37 Affirmative Action for Workers with Disabilities (Dec 2001), 52.232-33 Payment by Electronic Funds Transfer  Central Contract Registrat ion (Oct 2003), 52.232-36 Payment by Third Party (May 1999). DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (July 2006) applies to this Acqui sition, and specifically 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (June 2006) specifically Alternate I (JAN 2005), 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate (June 2006), 252.232-7003 Electronic Submission of Payment Requests (May 2006), and 252.247-7023 Transportation of Supplies by Sea (May 2002) specially alternate III (May 2002). If you plan on participating in this acquisition you are required to provide your n ame, address, phone number, informational specifications and email address to DJ Neal via email to Dale.Neal@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments. REQUIREMENTS: GENERAL DESCRIPTION OF SYSTEM - This specification covers the minimum Government requirements for a portable, skid mounted, self-contained SPONGE MEDIA BLAST AND RECOVERY SYSTEM. The system shall be used to sponge blast metal surfaces, recover and class ify the used media, and return the reusable portion of the media to the system for further use. For portability, the entire system shall be mounted on a single heavy duty skid base (excluding 55 gallon drums). The proposed system will be operated in a medium to heavy duty industrial environment and shall be capable of continuous operation over an extended period of time with minimal maintenance and upkeep. The blasting operation will occur in a remote location from the abrasive blast machine. The proposed system shall be used in an industrial manufacturing environment having limited space. The proposed equipment shall fit within the following site dimensions (excluding 55 gallon drums): Maximum Overall System Length:..........................9 feet Maximum Overall System Width:...........................6 feet Maximum Overall System Height...........................11 feet Maximum Overall System Weight (Empty)............5000 pounds ENVIRONMENTAL CONDITIONS - The unit shall be designed to operate in a hot, dust laden outdoor industrial environment, subject to severe winds and wind driven rain. Temperature Range:......................... 30o to 130 oF Relative Humidity:....................up to 100% Non-Condensing COMPRESSED AIR - The unit shall operate from a single source supply of dry, compressed air which delivers 1000 CFM at 100 PSIG. GENERAL EQUIPMENT REQUIREMENTS: OSHA Approved - The equipment specified herein shall be in compliance with the applicable OSHA regulations and be listed by one of the OSHA accredited laboratories or approved in accordance with CFR Title 29, Chapter XVII, Part 1910 and installed in acc ordance with applicable NEC/NFPA requirements. Approval shall be as specified under the Approval and Acceptance criteria in the OSHA regulations Subpart O, Machinery and Machine Guarding para. 1910.212. Energy Isolating Devices - The equipment shall be provided with energy isolating devices (e.g., power switches, safety switches, circuit breakers, valves, etc.) that protect personnel from the release of hazardous energy. The devices shall be designed a nd manufactured such that they can be padlocked in the user selected position (ON or OFF, OPEN or CLOSED) to prevent inadvertent or unauthorized change. All energy isolating devices installed or modified shall be capable of being locked. This includes both mechanical and electrical devices. Audible Noise Levels - The peak audible noise emitted by the equipment shall not exceed 90 decibels at the operators work position, nor at any other point at a distance of three feet from the equipment, as measured on the 'A' weighted scale of a standar d sound level meter under all operating and service conditions. Note: Noise generated by the blast nozzle or workpiece shall be excluded in determining compliance to this requirement. Environmental Protection - The unit shall be designed and constructed so that during the operation, service, transportation and storage conditions described herein including final disposal, the equipment will comply with all applicable Environmental Pro tection Agency (EPA) and Occupational Safety and Health Agency (OSHA) and State of Arizona Department Of Ecology (ADOE) restrictions for materials classified as hazardous to the environment in effect on the date of the contract. The equipment described he rein shall not contain or emit material hazardous to the ecological system as prescribed by federal, state and local statutes in effect at the point of installation. Hazardous Material Exclusions - Supplies being used in the performance of this contract, or materials being provided as part of the equipment shall be free of known hazardous materials. Definitions of hazardous materials are specified in the latest ver sion, including revisions adopted during the term of the contract, of Federal Standard No. 313. Notwithstanding any other hazardous material usage permitted in this contract, radioactive materials or instruments capable of producing ionizing radiation as well as materials which contain asbestos, mercury, cadmium, lithium, methylene chloride, lead e qual to or greater than 0.06%, or polychlorinated biphenyls (PCBs) are prohibited. Caution - Warning Plates - Corrosion resistant 'Caution' or 'Warning' plates shall be securely attached to the equipment in visible locations, with any safety precautions to be observed by the operator or maintenance personnel permanently marked on the plates. Identification Plate - An identification plate shall be furnished with the equipment. A nameplate shall be affixed to each major component of the system showing the manufacturers name, equipment model, year of manufacture, and any other pertinent info rmation for identifying the part as a unique component of the system. The System Shall Be Delivered Fully Assembled and when connected to the appropriate utilities, shall be capable of performing its intended function in accordance with the operation and performance requirements specified herein. Skid Base and Framework - For portability, the entire unit shall be mounted on a single heavy-duty skid base with heavy duty wheel and tire assemblies. The skid base shall provide adequate bracing and support to permit placing the entire assembly on u neven surfaces without causing equipment damage, distortion or overstress. The base and associated framework shall be gusseted and cross braced as necessary to withstand the stresses, vibration and shock associated with rough handling and transport of the unit by overhead crane or flat bed truck over rough surfaces. Provisions for Lifting and Handling - The lifting pads shall be capable of lifting the unit, platforms, ladders and a fully loaded machine with sponge media abrasive(gross weight). The unit shall be equipped with four gross weight lifting pads correctl y spaced for even and level lifting by a single crane hook without spreader bar(s). The lifting pads and attaching structure shall provide a 3 to 1 (minimum) safety factor based on material yield strength, or, 5 to 1 (minimum) based on ultimate strength, a nd calculated as though the actual gross weight were borne on two pads. The skid base shall also have forklift slots for handling with a forklift truck. Blast Unit - The blast unit shall be a single chamber unit with the following characteristics: ASME - Section VIII coded tank, certified for a working pressure of 125 PSIG (minimum). 14 cubic feet (minimum) pressure vessel. The pressure vessel shall have a gasketed manway for interior access. Overpressure protection shall be provided by means of a rupture disc assembly or relief valve to protect the equipment in case o f pressures exceeding the working pressure rating of the pressure vessel. A pneumatic, auger delivery system to control the quantity of abrasive mix into the air stream. Abrasive feed unit regulator to allow for blasting pressure and media feed rate adjustment. 2-inch piping system. 2-inch compressed air supply valve. Blast outlet for 1.25 inch ID blast hose. Blast Unit Cyclone Storage Hopper - A blast unit cyclone storage hopper shall be provided with the following characteristics: The cyclone storage hopper shall be mounted on top of the blast unit. The storage hopper shall be equipped with cyclone separator with a pneumatic actuator to separate the reusable media from the vacuum stream. The reusable media shall be stored into a hopper for automatic reloading into the blast unit. The storage hopper shall be designed to operate under 11 inch HG vacuum. The storage hopper shall have a capacity of 17 cubic feet (minimum). The storage hopper shall be air and watertight. The storage hopper shall have an inspection port. Recovery/Classifier System - The recovery/classifier system shall have the following characteristics: The inlet into the recovery/classifier system shall be fitted with a 2 inch (minimum) vacuum hose connection. The recovery/classifier and associated shall operate satisfactorily under a condition of negative pressure (vacuum) at up to 11 inches mercury (HG). The recovery/classifier unit shall use a pneumatic vibratory style assembly to move media across the screen(s). The recovery/classifier shall remove large debris and powdery residues from the abrasive media using classification screen(s). The recovery/classifier system shall remove large debris using a #3 mesh stainless steel classification screen and be collected in a 2 inch (minimum) trash discharge pipe. The recovery/classifier system shall remove powdery residue using a #16 mesh stainless steel classification screen and be collected in a 2 inch (minimum) trash discharge pipe The recovery/classifier system shall allow large and powdery debris to feed into standard 55 gallon drums. The recovery/classifier shall include 2 inch (minimum), static dissipating vacuum hoses to the waste drums and blast unit. The recovery/classifier shall include covered adapters for 55 gallon waste drums. Recovery/Classifier Storage Hopper - The recovery/classifier storage hopper shall have the following characteristics: The recovery/classifier storage hopper shall be mounted on top of the recovery/classifier unit. The storage hopper shall be equipped with cyclone separator with a pneumatic actuator to separate the reusable media from the vacuum stream. The media shall be stored into a hopper for automatic loading into recovery/classifier system. The recovery/classifier storage hopper shall be designed to operate under 11 inch HG vacuum. The recovery/classifier storage hopper shall have a capacity of 12 cubic feet (minimum). The interior of the chamber shall be lined against wear. The recovery/classifier storage hopper shall be air and watertight. The recovery/classifier storage hopper shall have an inspection port. Vacuum injector - The vacuum ejector shall have the following characteristics: The vacuum injector shall be a minimum of 80 DP noise level. The vacuum injector shall supply air at 100 psi with 18 lb/min transportation on a 300 ft hose. The vacuum injector shall have a reverse air cleaning H.E.P.A. filter Hose connecting to the feed unit storage hopper shall be static dissipating 2 inch hose. The vacuum injector shall satisfactorily perform under a condition of negative pressure (vacuum) at up to 11 inches mercury (HG). The vacuum injector shall have a gage system provided to continuously monitor differential pressure across HEPA filter and clearly marked on the gage or on a label plate the required DP change out. The vacuum injec tor shall include H.E.P.A Absolute filter. Main Control Panel - The unit shall be supplied with a pneumatic control panel which shall include the following: A NEMA 12 enclosure Emergency stop button located on the exterior of the panel Pressure gauges for blast unit, media pressure and line pressure shall be located on the panel in a visible location. Moisture separator(If needed) to remove any liquids from damaging instrumentation. Hoses - The following hoses be supplied and meet the requirements of ISO 3861 per 2.6: Pneumatic 'deadman' remote control. The controls shall have a rugged trigger switch and shall be supplied with 100 feet (minimum) of control cable. The unit shall be supplied with #8 Wide Entry Venturi nozzle The vacuum injector shall supply air at 7 bar(100 psi) with 18 lb/min The unit shall be supplied with 200 feet of 3 inch static dissipating vacuum hose Spare Parts The following shall be furnished with equipment: Repair kit to recovery classifier Repair kit to vacuum injector and 1 H.E.P.A. absolute Filter. o DATA TO BE PROVIDED Operator / Maintenance Manuals - The equipment shall be furnished with four (4) copies of the manufacturers standard Operation and Maintenance Manual(s) for the specific model of all equipment supplied. All information contained in the manual(s) shall reflect the unit and its components in the as built configuration. All instructions and illustrations necessary for proper operation of the equipment. Instructions, diagrams, and electrical/electronic schematics required to troubleshoot and repair the unit in the event of malfunction or breakdown. Complete parts list(s) cross indexed to indicate part application by circuit symbol. Procurement information shall be provided for all replacement components.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Building 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01111757-W 20060812/060810221424 (fbodaily.com)
 
Source
FedBizOpps 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.