SOURCES SOUGHT
41 -- Paint Filter Replacement
- Notice Date
- 7/9/2015
- Notice Type
- Sources Sought
- NAICS
- 333413
— Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
- ZIP Code
- 39710
- Solicitation Number
- FA3022-16-R-0001
- Archive Date
- 8/1/2015
- Point of Contact
- Lauren S. Gill, Phone: 6624342513
- E-Mail Address
-
lauren.gill@us.af.mil
(lauren.gill@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The 14 th Contracting Squadron, Columbus AFB, MS is seeking information concerning the availability of capable contractors to provide Paint Filter Replacement services for the 14th Flying Training Wing (FTW) at Columbus AFB, MS. This Sources Sought is an attempt to locate companies experienced in Paint Filter Replacement services and shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. A formal solicitation will be announced separately if the Government determines to acquire these services. The Air Force is currently only interested in determining industry capability for the contemplated services. To this end, the private sector is invited to submit experience, current resource data and quality control information that demonstrate the capability to perform the requirement described below. The following additional information is requested: (a) Company name, address, point of contact and their telephone number and e-mail address; (b) Recent contracts you have performed for a similar requirement, including contract numbers, dollar value, scope of services, and points of contact and their current phone numbers and/or email addresses; (c) Degree of experience in paint filter maintenance of buildings identified in description; (d) Approximate annual gross revenue; (e) Any small business status: 8(a), HUBZone, veteran-owned, women-owned, specifically interested in disabled veteran owned.; and (f) Any other information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this. The planned NAICS (North American Industry Classification System) code is 333413, with a small business size standard of 500 employees. Request responses be provided no later than 17 July 2015. Description of Requirement (Note: The description herein is a summary of the required services and is not intended to be all-inclusive, a complete Statement of Work shall be provided upon request. This Statement of Work is in draft and is subject to change. Provide all labor, material, and transportation required to change three stage "319 NESHAP" (MILSPEC) Filters at buildings 220 and 262 and 406 paint facilities, ref.5.1 as required but not to exceed the stated intervals of this SOW. The contractor shall remove the used Paint Filters from the properly supported positions respective to the type of filter and replace and install new filters to their properly supported positions respective to the type of filter. The used filters will be placed in approved containers provided by the customer. The contractor is also responsible for all shipping costs to Columbus AFB. The contractor shall perform this service in accordance with this SOW and adhere to all LOCAL, STATE and FEDERAL regulations that apply while performing this service. Each stage of the Paint Filter system will be serviced according to this SOW as required, but not to exceed the following intervals unless an emergency has been designated in writing from the Contracting Officer. Emergency service of Paint Filters may be requested for replacing up to all Paint Filters as stated in this SOW, within 5 workdays of written notification from the CO. GENERAL: Remove and place dirty filters in containers (containers are provided by customer) Install new filters on prescribed interval (see below) Note: All measurements are expressed in inches BUILDING REQUESTED INTERVAL LOCATION SERVICE Quantity OF SERVICE 262 1 st Stage - 19" x 19"x 1" CPA PADs 182 2 weeks (Corrosion Shop) 2 nd Stage - 24" x 24"x 1" MEPT Panels 108 2 months Exhaust Filters 3 rd Stage - 24" x 24"x 12" XFP 95% 108 12 months 220 1 st Stage Total Area - 91" x 347"X1" (31,577 Sq In.) CPA PAD 2 weeks 1" Blanket PreFilter (Fabrication Shop) 2 nd Stage - 20" x 20" x 1" MEPT Panels 68 3 months Exhaust Filters 3 rd Stage - 20" x 20" x 12" XFP 95% 68 12 months 262 1 st Stage - 24" x 24" x 2" Pleated Filters 40 2 months (Corrosion Shop) 2nd Stage - 24" x 24" x 4" 30% Pleated Filters 40 3 months Intake Filters 1st Stage - 20" x 24" x 2" Pleated Filters 24 2 months 2nd Stage - 20"x 24" x 12" - 65% Bag Filters 24 6 months Bldg. 406 The contractor shall be required to provide all types of Intake and Exhaust Paint Filters for the three-stage system in building 406 at Columbus AFB for the use in Corrosion Control operations. The contractor shall remove the used Intake and Exhaust Paint Filters from the properly supported positions respective to the type of filter and replace and install new filters to their properly supported positions respective to the type of filter. The used filters will be placed in an approved Government container. The contractor is also responsible for all shipping costs to Columbus AFB. The contractor shall perform this service in accordance with this SOW and adhere to all LOCAL, STATE and FEDERAL regulations that apply while performing this service. A Performance Work Plan shall be submitted detailing how contractor will perform the requirements of this SOW. Each stage of the three-stage Intake and Exhaust Paint Filter system will be serviced according to this SOW as required, but not to exceed the following intervals unless an emergency has been designated in writing from the Contracting Officer. Emergency service of Paint Filters may be requested for replacing up to all Paint Filters as stated in this SOW, within 5 workdays. of written notification from the CO Bldg. 406 Bay Item Interval Location Required Quantity of service West 1 st Stage - Total Area - 175"x 478"x 1" (83,650 Sq. In.) 2 weeks Exhaust 1" Blanket PreFilter 2 nd Stage - 24"x 24"x 1" 126 ea. 2 months 1" Thick Panel 3 rd Stage - 24"x 24"x 12" 126 ea. 12 months 12" Deep Bag Bay Item Interval Location Required Quantity of service East 1 st Stage - Total Area - 175"x 478"x1" (83,650 Sq. In.) 2 weeks E xhaust 1" Blanket PreFilter 2 nd Stage - 24"x 24"x 1" 126 ea. 2 months 1" Thick Panel 3 rd Stage - 24" x 24" x 12" 126 ea. 12 months 12" Deep Bag Two Intake Air Handlers each are located in the Mechanical Rooms located at the east and west ends of the building, for a total of 4 Intake Air Handlers. Location Item Interval Required Quantity of service West 1 st Stage - 24" x 24" x 2" 4 ea. 4 months Mechanical 30% Pleated Room 1 st Stage - 20"x 24"x 2" 26 ea. 4 months 30% Pleated 1 st Stage - 20"x 20"x 2" 40 ea. 4 months 30% Pleated 2 nd Stage - 24"x24"x 12" 12 ea. 6 months 65% Rigid Glass 225 degrees 2 nd Stage - 20"x24"x 12" 48 ea. 6 months 65% Rigid Glass 225 degrees Location Item Interval Required Quantity of service East 1 st Stage - 24" x 24"x 2" 4 ea. 4 months Mechanical 30% Pleated Room 1 st Stage - 20" x 24"x 2" 26 ea. 4 months 30% Pleated 1 st Stage - 20" x 20"x 2" 40 ea. 4 months 30% Pleated 2 nd Stage - 24" x 24"x 12" 12 ea. 6 months 65% Rigid Glass 225 degrees 2 nd Stage - 20" x 24"x 12" 48 ea. 6 months 65% Rigid Glass 225 degrees Intake and Exhaust Paint Filters used by the contractor will meet or exceed these requirements to ensure proper fit and operation of both paint bays of building 406. Emergency service of Intake and Exhaust Paint Filters may be requested for replacing up to all Intake and Exhaust Paint Filters within 5 workdays of written notification from the CO. EXHAUST PAINT FILTER MEDIA SPECIFICATIONS FOR BUILDING 406: Contractor shall provide Exhaust Paint Filters that meet or exceed the following: •a. First Stage - 1" Blanket Prefilter: Blanket to be supported by hooks at the top of the filter panel bank. Air entering side of panel shall be constructed of 100% large denier fibers to achieve high paint holding. The air leaving side shall consist of a blend of smaller denier polyester fibers, tightly needled to achieve high efficiency. Binder system to contain no halogens, ammonia sulfites or sulfates. Blanket shall install flush with paint bay wall. •b. Second Stage - 1" Thick Panel: Panel to be self-sealing, supported by a wire retainer sewn between the first and second layers of media. The air entering side of the panel shall be a dual density media constructed of 100% polyester utilizing a blend of various large denier fibers on air entering side for high paint holding capacity. The air leaving side to consist of a blend of small denier fibers, tightly needled to achieve high efficiency. The second stage of the panel to consist of a saturate bonded web of 100% polyester fibers utilizing halogen free binders and a latex foam backing on the on the air leaving side for high efficiency and particulate retention. •c. Third Stage - 12" Deep Bag: Filter to be a self-sealing bag filter sewn to a wire retainer, utilizing two stages of media. Entire filter to be of sewn construction. The first stage of media to consist of small denier 100% polyester fibers utilizing halogen free binders and non-migrating tackifier on the air leaving side. The second layer of the filter to consist of super fine 100% synthetic media sewn together with the first stage forming a five pocket filter. The filter shall have an acceptable efficiency on specific micron size particulate when tested in accordance with EPA Test Method # 319. PAINT FILTER MEDIA DELIVERY: The Paint Filter Media shall be delivered to a designated site at Columbus AFB as required. This site will be designated by the Government CO. INITIAL INVENTORY: At the beginning of this contract, Columbus AFB will have on hand an amount of new Paint Filter media already installed and in-process at the time of inventory. Columbus AFB requires the Contractor to agree to replace this initial set of Paint Filter system as required but not to exceed the requirements of this SOW. At the end of this contract, the contractor must agree to leave the remaining set of Paint Filters already in use at that time. The contractor shall maintain accurate records for new media delivered to Columbus AFB. A quarterly report shall be submitted to the Government representative. Contractor shall notify the Government in writing concerning any change in licenses or permit status and/or change in company management that may be perceived by the Government as a change in business practices. Contractor shall notify the Government in writing of any litigation or investigation that may impact upon the contractual relationship with the Government. The proposed performance period will be a one-year Base Period with four pre-priced one-year Option Periods, for a total of five years. The proposed performance date to begin is 01 October 2015 through 30 September 2016, with four option years following. The proposed contract type is Firm Fixed Price. Small Business (SB) Set-Aside Determination The Government reserves the right to decide whether or a not a certain SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to support their capability to perform these requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/FA3022-16-R-0001/listing.html)
- Place of Performance
- Address: Columbus AFB, MS, Columbus, Mississippi, 39710, United States
- Zip Code: 39710
- Zip Code: 39710
- Record
- SN03791201-W 20150711/150709235543-deae0f5f699ae0d7ff46b59c7cf7a2ef (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 |