Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2018 FBO #6133
SOLICITATION NOTICE

34 -- Plasma Cutter Exhaust - Request for Quote

Notice Date
9/6/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333515 — Cutting Tool and Machine Tool Accessory Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Airey Ave, Tyndall AFB, Florida, 32403-5549, United States
 
ZIP Code
32403-5549
 
Solicitation Number
FA4819-18-Q-3049
 
Archive Date
9/29/2018
 
Point of Contact
Kamara, Phone: 8502839625
 
E-Mail Address
kamara.scott@us.af.mil
(kamara.scott@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ STATEMENT OF WORK 1. DESCRIPTION OF SERVICES The contractor shall provide all equipment, materials, transportation, shipping and labor required to fabricate and install an Zoned Down Draft table to replace the current table and associated exhaust and filter system for the Aviator XL and 200-Amp Plasma system. The current plasma table will be replaced with the new table and all the associated equipment (cutter, rails, etc.) will be installed on the new table as part of the contractor's installation. 2. WORK REQUIREMENTS 2.1 Plasma Table and Exhaust. The system shall include the following: Zoned Down Draft Table to fit existing Aviator XL and 200-Amp Plasma Cutter System at Tyndall AFB FL. -Zoned Down-Draft Plasma Cutter table specifically used with the Farr Model G-6 Exhaust System -A-36, 3/16" Hot Rolled Steel Construction, Walls and Interior -A500 Grade B, 3" x 1/4" Square Tube Base Frame and Slat Support -Overall Dimensions 82" W x 160"" L x 28" H -Cutting Surface 78" W x 156" L, 28" Slat Height -5 Cutting Zones on 30" Centers -Mechanically Actuated Dampers -Mechanical Ram for Master Side End Truck Included -Slag Pans 20" x 31.5" 3/16" A36 Hot Rolled Steel -Material Support: 3/16" x 3" A36 steel slats on 4" centers Farr Model GS-6 Exhaust System (no substitutions) - Fully assembled/pre-wired 10 HP Fan, 3000 CFM, controls, filters and cleaning system - Integrated Timer Controller - Compressed Air Regulator - Staggered channel inlet baffle - GS-6 Hemi-Pleat cartridge system (1,950 square feet media) - Automatic reverse-pulse cleaning system for extended cartridge life - Factory installed sprinkler head nozzles - Single Inlet Spark Baffle - 10" drum cover kits (Includes 55 Gal drum) - Easy-open access door to cartridges - Tool-less cam-lock cartridge removal Bolt-on HEPA Filtering System - For Filtering Hexavalent Chromium produced from Stainless Steel Cutting - No Additional System Required - HEPA grade filters - Installed from Factory GSP Package Upgrade - Plug Fan Blower Upgrade - Controls Upgrade - Inlet Damper - Installed from Factory Removable Slag Pan - Lift out pans for easy cleaning 2.2 On-Site Installation, Startup and Training The contractor will remove and replace the current plasma table with the new zoned table. All the associated equipment (cutter, rails, etc.) from the old table will be installed on the new table as part of the installation. The plasma cutter system after accessories are reinstalled and the associated exhaust system will be tested to determine that it is working correctly by performing an actual cutting operation in the presence of assigned personnel and the installation contractor verifying that the plasma cutter is operational and that the exhaust system vents the fumes outside the facility.. The contractor will perform the complete assembly of Exhaust System, HEPA Filter, etc. -The contractor shall utilize qualified installers. INSTALLER(S) MUST BE CERTIFIED by the manufacture of the equipment that they are authorized dealers/installers so that the manufacture warranties are not voided and the equipment is installed correctly. -The contractor shall perform initial exhaust startup and training. -The contractor shall provide a Startup checklist. 2.3 The contractor shall provide the necessary drawings and specifications (e.g. duct size etc.) to the government prior to installers' arrival to ensure the government provided items referenced below are installed correctly and that the appropriate rigging/lifting equipment is available. The government shall provide the following: - 460V-3-60 and required input for motor to Control Box - 110-1-60 lines from Control Box to Solenoids - 100 PSI Compressed Air to Collector Header - Water line to sprinkler head - Rigging/Lifting equipment for Table and Collector - Ducting for the exhaust system 3. WARRANTY At a minimum, the contractor shall provide a 1-year warranty in accordance with standard commercial practice. 4. GENERAL INFORMATION 4.1 Security Requirements The contractor shall ensure the following pass and identification items required for contract performance are obtained for employees and non-government owned vehicles: 4.1.1. Suitability Investigations: In accordance with AFI 31-101, Personnel working in a government facility 6 months or less or working anywhere on Tyndall AFB property are required to have a Local Files Check. The requiring activities Unit Security Manager will coordinate the Background Affidavit (with Pass & ID) and the DD 1172 Base Access Request form - allow 3-5 day process time. 4.1.2. Pass and Identification Items: The contractor shall ensure the following pass and identification items required for contract performance are obtained for employees and non-government owned vehicles: AF Form 75, Visitor/Vehicle Pass (AFI 31-204): The Service Provider shall adhere to local security policy when appling for short/long term visitors' passes. Any contractor requesting a pass for more than 3 days will complete a Local Files Check with 325 SFS/Pass & ID. 4.5. TRAFFIC LAWS. The contractor and its employees shall comply with base and local traffic regulations. 4.6. HOURS OF OPERATION. The contractor shall perform the services required under this contract during the following hours: Monday through Friday, 0730 to 1600 Local Time. The contractor may work, with prior approval of the Contracting Officer, extended hours and/or weekends to ensure timely completion of work at no additional cost to the government. 4.7. RECOGNIZED HOLIDAYS. The contractor is not required to provide service on the following days: New Year's Day, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Days, Thanksgiving Day and Christmas Day. If the holiday falls on Saturday, it is observed on Friday. If the holiday falls on a Sunday, it is observed on Monday. 4.8. UTILITIES. The Government will furnish electricity, water, and sewage as necessary for accomplishment of work in accordance with this contract. All facilities do not receive the same utility services. The Contractor shall not change or modify any utility system or component; or connect any Contractor property, equipment or system without prior CO review and approval. The contractor shall practice energy conservation in the Government provided facilities. The contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions which prevent the waste of utilities which include the following: 4.8.1. Lights shall be used only in areas where and when work is actually being performed. 4.8.2. Mechanical equipment controls for heating, ventilation, and air conditioning systems shall not be adjusted by the contractor or by contractor employees unless authorized. 4.8.3. Water faucets or valves shall be turned off after the required use has been accomplished. 4.9. ENVIRONMENTAL LAWS & REGULATIONS. The contractor shall be knowledgeable of and comply with all applicable Interstate, Federal, State, and Local laws, regulations, and requirements regarding environmental protection. In the event environmental laws/regulations change during the term of this contract, the contractor is required to comply as such laws come into effect. If there is an increase or decrease in cost as a result of the change, the contractor shall inform the Contracting Officer pursuant to notice requirements and negotiate a modification to the contract. 4.9.1. The CO shall approve all hazardous materials brought on-site by the contractor prior to use. The contractor shall obtain approval using the application requirements of the AF Form 3952. Once the process is implemented and contractor is trained, the contractor may submit the AF Form 3952 electronically. The CO has the right to prohibit the use of hazardous materials it deems to be especially hazardous to human health and environment. In the event the CO does not approve a hazardous material for use, the CO may provide the contractor a list of suitable substitutes; however, the contractor shall retain responsibility for finding an acceptable substitute. The contractor shall take appropriate actions to comply with waste minimization and pollution prevention practices and policies. 4.9.2. Spill Controls. The contractor shall maintain spill control material on hand at all times sufficient to contain a worse case spill, both volume and hazard level. 4.9.3 Hazardous Materials Inventory: The contractor shall maintain an up-to-date hazardous material inventory with copies of MSDS(s) for all materials used on the job site. The contractor shall maintain a complete copy of all approved MSDS and AF Form 3952s. 4.9.4 Hazardous Materials Management: The contractor shall remove all hazardous materials by the end of each workday. Contractor shall not conduct process treatments (e.g. paint thinner solvent recycling) on base. 4.10. SAFETY REQUIREMENTS. In performing work under this contract, the contractor shall: 4.10.1. Conform to the safety requirements contained in the contract for all activities related to the accomplishment of the work. 4.10.2. Take such additional immediate precautions as the contracting officer may reasonably require for safety and mishap prevention purposes 4.10.3. Record and report promptly (within 24 hours) to the contracting officer or designated government representative (GR), all available facts relating to each instance of damage to government property or injury to either contractor or government personnel. 4.10.4. In the event of an accident/mishap, take reasonable and prudent action to establish control of the accident/mishap scene, prevent further damage to persons or property, and preserve evidence until released by the accident/mishap investigative authority through the contracting officer. 4.10.5. If the government elects to conduct an investigation of the accident/mishap, the contractor shall cooperate fully and assist government personnel in the conduct of investigation until the investigation is completed. 4.11. Publications. Publications can be accessed on-line at http://www.e-publishing.af.mil/. Supplements or amendments to listed publication from any organizational level may be issued during the life of the contract. 4.11.1. Compliance with all publications, regulations and operating instructions provided by the Government is required when: 4.11.2. They pertain to the procedures for materials expediting herein and where the contractor is authorized by the statement of work to accomplish the work specified in the publication, regulation or operating instructions. 4.11.3. The publications prescribe USAF policies, use of materials, procedures and processes applicable to the work requirements. The contractor is required to acquire and work on the latest version of the publication. 5. PERIOD OF PERFORMANCE The contractor shall complete all requirements of this Statement of Work within 6 months of contract award. 6. DELIVERY. The contractor shall ensure delivery uses a truck with a lift gate. Deliver to AFCEC/CXA Attn: Mike Mifsud 104 Research Road, Bldg 9738 Tyndall AFB FL 32403
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/65f9e631634fd09f43ec750d72cbe96e)
 
Place of Performance
Address: Tyndall AFB, Panama city, Florida, 32403, United States
Zip Code: 32403
 
Record
SN05075861-W 20180908/180906231831-65f9e631634fd09f43ec750d72cbe96e (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.