Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 14,1997 PSA#1823

99th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191-7063

49 -- PAINT SPRAY BOOTH SOL F26600-97-T5390 DUE 041897 POC Sandy Holleran (702) 652-3348, fax (702) 652-3367 Offers shall quote on the following item: CLIN 0001, the purchase and installation of a spray paint booth; 1 each. The Spray Insert will be built to the following specifications (JBI Model PB7322-S or equal): Inside Dimensions: 73' wide X 16' high X 75'9" deep; Tail Section Dimensions: 20' wide X 6" wide; Overall Dimensions: 75' wide X 23' high X 85'3" deep; the booth is to be fabricated from 18 ga. galvanized sheet steel and the structure shall be rigidly reinforced with heavy duty "I" beam to produce a self supporting booth. The Insert has to be designed for the removal of particulate matter, and the removal of volatile organic compounds (VOC) includes: 3 ea 42" diameter vane axial exhaust units (29,200 CFM each @ 4" s.p); 3 ea 30 HP 460 volt, 60HX, 3 phase TEFC motor; 28 ea 400 watt metal halide light ; 30 ea 400 watt halide light; 8 ea 48" 4-tube fluorescent fixture, 277 volt, 40 watt (Note: lighting must produce a uniform 100-foot-candle intensity minimum at those aircraft surfaces that are within(20) feet of the top and sides of the booth; 4 ea emergency exit lights in booth (2 per side); 4 ea man access doors with observation window (2 per side); 4 ea maintenance doors into exhaust chamber; 8 ea sliding intake filter doors (total open =70'9" wide x 16" high); 1 ea electrically operated roll-up door (20' wide x 6" high); 1 lot three (3) stage filtration system (Note: combination of all three filters must meet NESHAP requirements.); 1 ea carbon abatement system; 1 ea flame ionization gas detection unit (PPM); 2 ea CFA-227 temp air direct fire heater, 43,800 SCFM (each unit), 50 degree temperature rise burner, FM controls, vertical arrangement, outdoor safety switch, discharge damper with 2 position motor and interlock, one inch cleanable filters, auxiliary control circuit, pillow block bearings, adjustable drives, square d starter; 2 ea evaporative cooler freeze protection kit, 1 ea interior fire protection systems, water activated dam that is activated and raised out of floor, system will include: control riser, AFFF tank & foam (acques film forming foam), foam injection, ceiling heads, UV/IR detectors (Note: detectors shall include complete automatic self-testing including through the lens check, IR and UV sensor test, be fully functional from -20 degrees F to 125 degrees F); ceiling heat detectors, alarm panel, manual release stations, alarm light and horn; 1 ea control panel with the following: main breaker disconnect, magnetic fuse protection, motor fuse protection, booth lighting contractor, booth lighting fuse protection, system start/stop, air make-up temp select and interlock, system operating lights. The quote must cover all requirements for a turn keep fabrication and installation of an aircraft paint booth insert. This paint spray booth insert will be used to paint fighter aircraft. The booth shall be a complete package to include fire protection, lighting, and ventilation. In addition training must be provided to acquaint facility operators with the operation and maintenance of the paintbooth insert within 15 days of completion of installation. Delivered FOB destination to Nellis AFB NV 89191. 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 F26600-97-B0504 is issued as a Request for Quote (RFQ). Envelope is required to be marked with RFQ number and close of business (COB) date. This procurement is set-aside for small business utilizing the size standard in FAR 19 under Standard Industrial Code 5084. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-45. The provisions at FAR 52.212-1 Instructions to Offerors-Commercial, and FAR 52.212-4 Contract Terms and Conditions-Commercial Items (addenda: acceptance will be at Nellis AFB NV) apply to this solicitation. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this solicitation, specifically, the following cited clauses are applicable: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alt I; FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; FAR 52.219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Handicapped Workers; FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. FAR 52.212-2 Evaluation-Commercial Items (addenda: evaluation will be made on price and other related factors/Best Value). A completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items must be included with the offer. Defense Priorities and Allocations System (DPAS) assigned rating: DO A8A. Offers are due no later than Close of Business 4:30 PM (local time) on 18 Apr 97. (0099)

Loren Data Corp. http://www.ld.com (SYN# 0237 19970414\49-0001.SOL)


49 - Maintenance Repair Shop Equipment Index Page