SOURCES SOUGHT
49 -- Corrosion Control Equipment
- Notice Date
- 4/7/2018
- Notice Type
- Sources Sought
- NAICS
- 333999
— All Other Miscellaneous General Purpose Machinery Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
- ZIP Code
- 97309-5008
- Solicitation Number
- 173FW_SS_1
- Archive Date
- 5/8/2018
- Point of Contact
- Joel Sire, Phone: 541-885-6181
- E-Mail Address
-
joel.a.sire.mil@mail.mil
(joel.a.sire.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 2. The purpose of this Sources Sought Synopsis is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification System (NAICS) Code is 333999 which has a corresponding Size Standard of 500 Employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in any business, including all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned Small Business concerns. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. 3. Requirement a. Paint Booth: 1. The unit must be a semi downdraft style. 2. Sized to accommodate large parts aircraft parts and provide sufficient working space around the part to move work stands etc. This would necessitate a paint booth outside dimensions 16'6" wide x 12'4" high x 30' deep and inside dimension of 16' wide x 12' high x 29'8" deep. 3. Drive-in door two (2) sets of product doors one on each end. Doors should be 10'6" wide x 9'10" high to accommodate large parts installed on painting stands. 4. The paint booth must be able to provide environmental conditions of between approximately 50% and 70% relative humidity and be able to maintain a temperature of between 70 degrees F and 90 degrees F with the capability of occasionally attaining higher cure temperatures if the coating being applied requires the higher temperature. 5. The paint booth design must incorporate energy savings features such as insulated wall and energy efficient (LED) lighting to minimize energy use and interior temperature fluctuations when hangar doors or adjacent garage doors are opened. 6. Lighting, installed lights must provide a minimum of 50 FC and be user controllable and able to provide a range of anywhere between 50 FC and 100 FC at a distance of 30 inches above the floor. 7. Interior surfaces of the paint booth must be light colored, preferably white, to reflect the maximum amount of light onto the work surface. 8. All lighting must meet the appropriate hazard classification. 9. The paint booth must provide exit doors that meet current NFPA requirements 10. Ventilation must meet UFC 3-410-04 11. The paint booth must utilize a Grade D air system sufficient to supply four workers with breathing air simultaneously. 12. Air system must meet SATA standards 13. Air filtration must meet NESHAP standards 14. The paint booth must supply operational air in sufficient quantities to supply air to at least two spray guns working simultaneously 15. This modular paint booth system must meet current NFPA requirements as well as the current CFR 29 requirements. b. Plastic Media Blast Booth: 1. Description: Plastic media blast booth, constructed of not less than 14-gauge steel, with an in floor media recovery system. Blast booth walls will be rubber lined for sound attenuation and to protect the surface. Equipment shall include a blast booth enclosure, full floor automated abrasive recovery system, plastic media reclamation system, dust collection equipment, blast machines, operator safety equipment and control panel. System will be designed to accommodate up to two (2) operators. 2. Sized to accommodate large parts aircraft parts and provide sufficient working space around the part to move work stands etc. This would necessitate a blast booth with working dimensions 15'wide x 10' high x 28' deep. 3. Product Doors: Two (2) sets of purpose built blast booth (swing) doors, approximately 15' wide x 10' high. Doors shall be equipped with safety interlock switches to prevent operation of the pressure blast unit if the doors are opened. Doors will be fully gasket to provide dust tight seal and prevent abrasive carry out from the blast enclosure. 4. Personnel Door: One (1) 3' wide x 7' high personnel door. Door shall be equipped with observation window and panic type hardware. Door will be fully gasket to provide dust tight seal and prevent abrasive carry out from the blast enclosure. c. Exhaust Chambers 1. Five (5) exhaust air chambers, each with one (1) 48" fan. Each fan is capable of up to 40,000 CFM at 0.75 TSP (total of 200,000 CFM). Each fan will have a true airfoil design; the fan blades will be made out of polypropylene and then secured with an aluminum hub. The fan shaft, bearings, pulleys and belts will be enclosed and separated from the airstream. Each of the 5 exhaust chambers will be 220" wide x 62" deep x 240" tall. These plenums will hold the filter media and allow for proper air flow of the 40,000 CFM (total of 200,000 CFM). 4. Interested parties are requested to submit the following information to assist the Government in developing the acquisition strategy. Please submit this information to the contracting office via email as soon as possible but not later than 23 April 2018: a. Company Representative b. Address c. Telephone d. Email Address e. DUNS Number f. CAGE Code and/or Tax ID Number g. Socioeconomic Status (Large, Small, Small Disadvantaged, etc.) h. White Paper. Please provide a brief White Paper describing the company capabilities for the following (to utilize the services of sub-tier vendors or subcontractors, please include similar information for those vendors or subcontractors too): i. Past production experience. j. Description of similar services offered to the Government and to commercial customers within the last three years. 5. Disclaimer. This Sources Sought does not constitute a commitment, implied or otherwise, that a procurement will be accomplished and responding to this request in no way guarantees a contract will be awarded to the respondent. The information provided is to the best of the Government's knowledge of plans, desires, and general situation as it exists at the time of the Sources Sought Synopsis. This requirement is in the planning phase and, therefore, all information is subject to change.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/173FW_SS_1/listing.html)
- Place of Performance
- Address: Kingsley Field ANGB, Klamath Falls, Oregon, 97603, United States
- Zip Code: 97603
- Zip Code: 97603
- Record
- SN04882123-W 20180409/180407230025-bf0aaf2ae18de93acbf6a5a435b0e8bd (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 |