Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2012 FBO #3905
SOLICITATION NOTICE

49 -- Paint Gun and Turbo Pressure Pot & Fluid Line Cleaner System

Notice Date
8/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J12T3105
 
Response Due
8/15/2012
 
Archive Date
10/14/2012
 
Point of Contact
Harold Teague, 309-782-5490
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(harold.e.teague.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is 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 is issued as a Request for Quotation (RFQ). The North American Industry Classification Systems (NAICS) code for this requirement is 333319 with a size standard of 500 employees. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation provides the most advantageous price to the Government. ITEM 0001 - BECCA Next80MIL with Envirowash Filtration recycling system and TURBO pressure pot and fluid line cleaner system with all ancillary devices required to perform turn-key operations or equal. See Salient characteristics. QTY 6ea Line item pricing shall include installation, start-up and training for 19 Government employees. Procurement subject to the availability of funds DPAS Rating for this procurement is DO-B9 Any award as a result of this combined synopsis/solicitation shall be a firm fixed price contract. Salient Characteristics. a.The system must be capable of providing the addition of compressed air to the backside of a spray gun while in a hands free wash basin. This function is necessary to prevent solvent from entering the air side of the gun. b.The system must have compressed air keeping the air passages clean of contamination from the residues generated during the cleaning process. c.The system must provide additional mechanical cleaning action at the fluid needle; a must since this is a very difficult area to clean and normally requires the disassembly of the paint gun for adequate cleaning which is a timely procedure. d.The system must provide a minimum of a 25 x 25 inch working area giving the operator the ease of reaching and using all cleaning methods while containing vapors to reduce exposure. e.The system must provide necessary compartment space for the storage of detailed cleaning tools. f.The system must provide a bristle design to provide better scrubbing power for the paints used in our operations. g.The system must provide a nozzle system that meets NESHAP requirements, while eliminating any type of atomization in the open. h.The filtration recycling system must provide two stages of filtration, 75 microns down to the 25 micron level. i.The system must accommodate organic solvents, alternative environmental solvents and DI water to handle paint formulation changes without making the equipment obsolete. j. The system must provide a minimum of a 10 Gallon stainless steel tank system with sight glass to monitor the systems fluid levels. k. The system must have the capability of cleaning both the Pressure Pot and the Fluid Lines. l. The system must provide a combination of solvent and compressed air to create a highly agitated process to flush the paint residues from all unwanted areas. m.The manufacturer must provide a contact to schedule an Annual Tune-up of our system. n. The manufacturer must provide a Certified Service Center that is available to provide any other service on our equipment. o.The cabinet will feature an Ultra solvent resistant Powder Coated Surface. p.The system must have the ability to clean Spray Guns by three methods: 1.Hands-Free Automatic 2.Manual Flow Brush 3.Stream Flow q.The system must have the capability of cleaning 3 paint guns at one time utilizing the above cleaning methods. r.The system must provide at least a 24 month limited warranty on all parts and equipment (with the exception of the filters). These items will be shipped to Letterkenny Army Depot, Chambersburg, PA, 17201. Delivery is required FOB Destination and all shipping charges shall be included in the unit prices offered. Required delivery date is 16 October 2012. Offerors shall provide a quote as instructed below. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circulars 2005-60 effective July 26, 2012. A completed copy of FAR 52.212-3, Alt 1 Offeror Representations and Certifications - Commercial Items and 252.212-7000, Offeror Representations and Certifications Commercial Items shall be provided with the quotation. The following FAR and DFARS provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference: - FAR 52.212-1, Instructions to Offerors - Commercial Items - FAR 52.212-4, Contract Terms and Conditions- Commercial Items - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. Clause 52.212-5 further incorporates the following: 52.203-6 Alt 1, 52.204-10, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-16, 52.225-13, 52.232-33, 52.239-1, 52.223-18, 52.247-64, 252.212-7000 - DFARS 252.212-7001, Contract Terms & Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Clause 252.212-7001 further incorporates the following clauses/provisions: 252.203-7000, 252.225-7001, 252.227-7015, 252.232-7003, 252.247-7023, 252.247-7024, and 252.232-7010. -FAR 52.225-13, Restrictions on Certain Foreign Purchases, DFARS 252.225-7000, Buy American Act--Balance of Payments Program Certificate, and 252.211-7003, Item Identification and Valuation 52.0000-4000 03 ELECTRONIC AWARD NOTICE (SEP 2005) a. Any contract awarded as a result of this solicitation will be posted to the Army Single Face to Industry (ASFI)under Procurement Notification; the Federal Business Opportunities (FedBizOps); and/or the Electronic Document Access (EDA) Websites (see addresses below). Paper copies will not be distributed. This is a material condition of the solicitation and by submission of a bid or proposal, the vendor agrees to accept notification of an electronic award transmitted in the manner described above. b. Notice of award to the awardee will be issued only via electronic mail. Vendors who wish to be notified if they receive an award as a result of this solicitation must provide their electronic mail address in the space provided below. If the vendor fails to provide an electronic mail address, then a separate notice of award will not be provided and it shall be the sole responsibility of the vendor to periodically check the Army Single Face To Industry (ASFI) web site https://acquisition.army.mil/asfi/ and/or the Federal Business Opportunities (FedBizOpps) web site http://www.fbo.gov/ and/or the Electronic Document Access (EDA) web site http://eda.ogden.disa.mil/ to determine if he/she has received an award. In this event, the vendor's failure to check any of the three web sites mentioned above in a timely manner shall not be an excuse for failure to perform or grounds for a delivery schedule extension. c. Notice of award to unsuccessful offerors shall be issued only via electronic mail from the Contracting Office and/or the FedBizOpps/Vendor Notification and/or ASFI/Procurement Notifications features. Vendors who wish to receive an electronic mail notice if they are unsuccessful must provide an electronic mail address in the space provided below. If the vendor fails to provide an electronic mail address, then a separate notice will not be provided, and it shall be the sole responsibility of the vendor to periodically check the FedBizOpps/Vendor Notification or the ASFI/Procurement Notifications to determine if an award has been made. In this event, the vendor's failure to check these sites to determine if an award has been made shall not constitute grounds for an extension of the ten (10) day protest period allowed by regulation. VENDOR'S ELECTRONIC MAIL (E-MAIL) ADDRESS: _________________________________________ NOTE: For EDA registration guidance and information please go to http://eda.ogden.disa.mil. The registration process will accommodate Contractor and Government users. For FedBizOpps registration guidance and information please go to http://www.fedbizopps.gov and for registration guidance and information for ASFI go to https://acquisition.army.mil/asfi/ (End of Notice) 52.0000-4003 DISCLOSURE OF UNIT PRICE INFORMATION (JUN 2005) This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23,1987), of our intention to release unit prices of the awardee in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the Contracting Officer is notified of your objection to such release prior to submission of initial proposals. (End of clause) 52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (APR 2008) Any contract awarded as a result of this solicitation will be DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. (End of provision) Responses to this combined synopsis/solicitation must be received no later than 6:00 P.M. Central Time on Wednesday, August 15, 2012 and shall be sent via email to harold.e.teague.civ@mail.mil Questions should be directed to Harold Teague via email or by calling 309-782-5490.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6e0ee00c50de4805fcbb7a00740ed153)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02823226-W 20120803/120802000042-6e0ee00c50de4805fcbb7a00740ed153 (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.