SOLICITATION NOTICE
54 -- Welding Enclosure
- Notice Date
- 9/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333411
— Air Purification Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-12-Q-B176
- Archive Date
- 10/6/2012
- Point of Contact
- Iris R. Dagani, Phone: 321-494-9948, Bradley Richardson, Phone: 321-494-3668
- E-Mail Address
-
iris.dagani@patrick.af.mil, brad.richardson@us.af.mil
(iris.dagani@patrick.af.mil, brad.richardson@us.af.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. The solicitation number FA2521-12-Q-B176 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This is a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this project is 333411 with a size standard of 500 employees. Functional Requirements for Welding Ventilation Enclosure for Building 992 - (Must include the following specifications): 1. The welding ventilation enclosure shall be fully functional, self-contained, stand alone, modular air filtration system that cleans and recycles smoke contaminated air generated during welding such that personnel exposures to hazardous concentrations of airborne contaminants are maintained below current federal, state and local allowable limits. 2. The enclosure must meet environmental and occupational safety requirements for personnel welding Aluminum, steel and stainless steel alloys. 3. The enclosure system must meet ANSI Z9.2-2006, Fundamental Governing the Design and Operation of Local Exhaust Systems and ANSI Z9.7-2007, Recirculation of Exhaust Air. 4. The processes being used are Gas Metal Arc Welding (GMAW), Gas Tungsten Arc Welding (OTAW), and Plasma Cutting. The maximum number of workers in the enclosure will be two (2). 5. The building where the enclosure will be located is approx. 100 ft. x 50 ft. Due to HVAC ducting, the maximum clearance height is 15 ft. 460 VAC 3 phase and 208 VAC 3 phase power is available. The government will provide utility services (to within 20 feet of the site) as required for the proper operation of the equipment. 6. Additional characteristics the enclosure shall have are: a. Rigid side walls. b. Cross ventilation - welding hood on back wall of enclosure (no overhead hood). c. Fully integrated systems controls that allow monitoring of all equipment components and perform diagnostic functions. d. A self-cleaning system that will extend life of the filters. e. Automatic motor speeds adjustments to compensate for filter loading and reduce energy costs. f. Particulate monitoring system that detects leaks that bypass filter. g. Spark arrestor system. h. Fire suppression system. i. A system that automatically turns on when the welder strikes and arc and turns off after 5 to 10 minutes of no operations. j. Filtration system that use MERV 16 high efficiency filters or higher. k. The maximum footprint allowed is 11 ft. x 14 ft. l. Minimum workspace provided by enclosure is 10 ft. x 10 ft. Item Description Qty Unit Unit Price Total Amount 0001 Welding Enclosure 1 EA 0002 Installation 1 EA 0003 Delivery 1 EA Requested Delivery Time: 12 weeks ARO Required Delivery Time: 16 weeks ARO Warranty: Standard Commercial Warranty FOB: Destination Ship to address: 1030 S. Hwy A1A Bldg 992 Patrick AFB, FL 32925 NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendem applies: RFQ due date: 21 Sep 12 RFQ due time: 1400 hrs Eastern Proposals can be submitted on FBO; however, supporting documentation must be included to be considered for award. Proposals can also be faxed to 321-494-5136 or mailed to: 45th Contracting Squadron Attn: FA2521-12-Q-B176 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Emailed proposals will not be accepted. Please also include the following information: DUNS Number Cage Code Tax ID Number *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required to determine size of business for the NAICS referenced above All questions regarding this solicitation must be fax to 321-494-5136 by 1:00 pm on 18 Sep 12. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. You can also register at www.sam.gov. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award. FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price, and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with it's Alternate I, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov) or (www.sam.gov) at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Aug 12) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Dec 10) 52.219-6 Notice of Total Small Business Set-Aside (Nov 11) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 12) 52.222-21 Prohibition of Segregated Facilities (Feb 99) 52.222-26 Equal Opportunity (Mar 07) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 10), Alternate I (Jun 98) 52.222-50 Combating Trafficking in Persons (Feb 09) 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 09) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 11) 52.225-3 Alternate I (Mar 12) Buy American Act -Free Trade Agreements - Israeli Trade Act (May 12) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 03) 52.233-1 Disputes (Jul 02) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) DFARS Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 252.212-7001 are applicable: (Use the Commercial clause Matrix at: http://45conapp/bg/ ) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.225-7001 Buy American and Balance of Payments Program (Jun 12) 252.225-7036 Buy American Act--Free Trade Agreements Balance of Payments Program (Jun 12) - Alternate I 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7010 Levies on Contract Payments (Dec 06) 252.247-7023 Transportation of Supplies by Sea (May 02) - Alternate III The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, Phone: 719-554-5250, Email: AFSPC.A7K@peterson.af.mil. AFFARS 5352.242-9000, Contractor Access to Air Force Installations AFFARS 5352.223-9001, Health & Safety of Government Installations The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-12-Q-B176/listing.html)
- Place of Performance
- Address: 1030 S. Hwy A1A, Bldg 992, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN02884108-W 20120916/120915001253-e3b4e869d1c8cf588ecfe7c597effe73 (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 |