SOLICITATION NOTICE
36 -- VARSOL CLEANING ENCLOSURE
- Notice Date
- 6/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 333298
— All Other Industrial Machinery Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Air Bases East - RCO, PSC Box 8018, Cherry Point, NC, 28533-0018, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- M00146-07-T-L076
- Response Due
- 7/9/2007
- Archive Date
- 7/24/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The Fleet Readiness Center at the Marine Corps Air Station, Cherry Point, NC has a requirement to purchase a Varsol cleaning enclousure. This is a combined synopsis/solicitation for commercial items prepared 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 a written solicitation will not be issued. Solicitation number M00146-07-T-L076 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-17 and Defense Acquisition Circular 98-86. This acquisition is under the North American Industry Classification System code 333298, with a small business size standard of 500 employees. This requirement is for a firm fixed priced contract for the following item: 1. (1) each) VARSOL CLEANING ENCLOSURE 2. GENERAL: This purchase description covers one self-contained, recirculating varsol cleaning enclosure. This cleaning enclosure will be used by the Naval Aviation Depot at Cherry Point, NC to clean hydraulic and flight control components. 3. ESSENTIAL CHARACTERISTICS: The cleaning enclosure shall consist of, as a minimum, the following: a. Cabinet: Construction 304 Stainless steel. Size Shall have a minimum internal working area of 48 inches wide by 48 inches deep by 40 inches high. Overall system size shall not exceed 61 inches wide by 80 inches deep by 88 inches high. Lighting Lighting for the interior of the cabinet shall be provided by two externally mounted, explosion proof, fluorescent light fixtures. A minimum illumination of 80 foot-candles shall be provided by these lights to the interior of the cleaning enclosure. These lights shall be mounted on the top of the enclosure and provide lighting to the interior through a sealed window located in the topside of the enclosure. Door Enclosure shall include a work-loading door with a minimum size of 40 inches wide by 40 inches high. Cleaning Nozzles Three individual, quick disconnect cleaning nozzles shall be provided with the cleaning enclosure. Each nozzle shall have a ? inch orifice. One each of the following nozzle patterns shall be provided: One straight flow nozzle, one right angle flow nozzle, and one ?V? pattern, wide angle nozzle. Air Nozzle A fingertip controlled air blow-off nozzle shall be provided inside the enclosure. Gloves The front side of the cabinet shall contain gloves and gauntlets for access to the work area. These gloves shall be manufactured from nitrile material. Ergonomics Cleaning enclosure shall have adjustable legs that are capable of being adjusted a minimum of 10 inches in height. The front side of the enclosure shall contain a window to view the work area. This window shall be a minimum of 23 inches wide by 8 inches high and shall be located at the operator?s eyelevel. A polypropylene turntable shall be mounted inside of the cabinet. This turntable shall be mounted on roller bearings and be capable of rotating 360 degrees. This turntable shall be a minimum of 36 inches in diameter and capable of supporting a minimum workload of 750 pounds. b. Pump System: : The varsol transfer pump system shall be a closed loop system. It shall have an operational pressure not to exceed 12 psi and a min. flow rate of 32 gallons per minute. This pump system shall not atomize the cleaning solution. Varsol fluid transfer system piping shall consist of a minimum of 90% welded slip joint stainless steel. The pump system shall include a pressure gauge. This gauge shall be located so that the operator can monitor the system pressure from the operator?s station. Valves shall be provided in the fluid lines on each side of the pump for maintenance purposes. All system valves shall be stainless steel, hand or air operated ball valves. c. Controls: System ?on/off? shall be controlled by a push button located at the operator?s station. A pilot light shall be provided to indicate when the system is turned on. This switch shall control all functions necessary to make the cleaner operational. A foot switch shall be provided with the cleaner. When depressed the foot switch shall initiate the cleaning process by supplying power to the varsol supply pump and the air driven blower in the vapor recovery system. The foot switch shall become inoperable when the cabinet door is opened. The foot switch shall be adjustable both vertically and horizontally for operator comfort. The cleaner shall be equipped with a timer that will discontinue air supply to the vapor recovery system and power to the lights when the machine remains inactive for a pre-determined period of time. This timer shall initially be set at five minutes. d. Vapor Recovery: The vapor recovery module shall be air driven with suction air that passes through a mesh filter, mist collector, a second mesh filter, double v-bank charcoal filter, fibrous filter, single v-bank charcoal filter, and a polyester filter before being exhausted into the atmosphere. The varsol that is captured by this system shall be returned to the varsol reservoir when the cycle is complete and the system is inactive. e. Varsol Holding Tank: Holding tank shall be manufactured from stainless steel. It shall have a liquid level sight gauge and have a min. capacity of 55 gallons. A base frame shall support the tank. A removable, stainless steel, large particle filter shall be located in the bottom of the holding tank. The varsol shall pass through this filter before being filtered by four resin bonded, five micron filters housed in a stainless steel housing. These filters shall be commercially available. f. Electrical: Cleaner shall operate on 115 vac, 60 hz. g. Safety: The cleaner shall comply with all applicable Occupational Safety and Health Standards per 29 CFR 1910. Unit shall not exceed 84dba noise level at the operator?s position, per Hearing Conservation and Noise Abatement Chapter 18 (15 Jan. 1999) OPNAVINST 5100.23F. 4. Warranty: Equipment shall be covered by a one-year manufacturers warranty.EQUIPMENT MANUALS: Three sets of equipment manuals shall be provided with cleaner. These manuals shall contain all required technical data including operating instructions, parts lists, wiring diagrams, mechanical diagrams, calibration instructions and maintenance instructions. Two sets of manuals shall be mailed with the equipment. One complete set shall be mailed 30 days prior to the shipment of the equipment. This set shall be mailed to the following address: Commanding Officer Fleet Readiness Center ? East Code 61500 Stop 9 Marine Corps Air Station Cherry Point, NC 28533-5030 5. THE CONTROL OF HAZARDOUS ENERGY (Lockout/Tag out): A written procedure for locking out all energy sources shall be provided in accordance with 29 CFR 1910.147. The written procedure shall be included separate from the equipment manuals. 6. PACKAGING REQUIREMENTS: Unit shall be packaged in such a manner that it is protected from the elements as well as damage during shipment. Quote must contain unit prices, extened prices, delivery date, terms of payment, company name, address, name of individual quoting, phone and fax numbers. The delivery requirements are FOB destination and are to be delivered to Marine Corps Air Station, Cherry Point, NC 28533. Delivery is required within 6 weeks aro or sooner. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offers - Commercial Items (SEPT 2006). FAR 52.212-1 Addendum. The following addition/changes are made to FAR Provision 52.212-1, which is incorporated by reference: The following provision is hereby incorporated by reference: 52.211-14 Notice of Priority Rating For National Defense Use (SEPT 1990). FAR 52.212-3, Offer Representation and Certifications-Commercial Items (Nov 2006), Alternate I (NOV 2006). A completed copy of this provision shall be submitted with the offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items (SEPT 2005). FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clause is hereby incorporated by reference: 52.211-15 Defense Priority and Allocation Requirement (MAR 2007). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAR 2007), to include the following clauses listed at paragraph 52.212-5 (b): (5) (15) (16) (17) (18) (19) (20) (21 (27) and (32). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR2007), applies with the following clauses applicable for paragraph (b); (12) (17) (20)(i). Award shall be made to the lowest priced responsible offeror(s), whose offer conforms to the solicitation, and who demonstrates acceptable past performance. This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-C9E. All quotes must be received no later than 3:oo p.m., local time, 09 July 2007. POC Linda Small, Contracting Specialist . phone,(252)-466-3417 fax. (252)-466-8492 e-mail:linda.s.small@usmc.mil You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to: Supply Directorate Contracting Department Attn: Linda Small code SUL2E Supply MCAS, PSC Box 8018 Cherry Point NC 28533-0018. All quotes not sent through the US mail (excluding Email and faxes) shall be sent to Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM.
- Record
- SN01323972-W 20070622/070620222023 (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 |