|
COMMERCE BUSINESS DAILY ISSUE OF MAY 26,1998 PSA#2102FISC Jacksonville-Kings Bay Det, 930 USS HUNLEY Ave Rm 214, NAVSUBASE
Kings Bay, GA 31547 49 -- WET ABRASIVE BLAST UNITS SOL N46450-98-R-0019 DUE 060298 POC
Bill Reid, Contract Specialist, 912-673-2001, x9333, Facsimile Machine
Number 912-673-3776. THIS IS A COMBINED SYNOPSIS/SOLICITATION/ORDER
FOR COMMERICAL ITEMS. SOLICITATION ISSUE DATE 21 MAY 98.OFFER DUE DATE
98 JUN 02,2:00 P.M. EST. ISSUED BY FISC JACKSONVILLE KINGS BAY
DETACHMENT 930 USS HUNLEY AVE RM 214,KINGS BAY,GA 31547. THIS
AQUISITION IS SET ASIDE 100 % FOR SMALL BUSINESS. SIC 3569. SIZE
STANDARD 500 EMPLOYEE. DELIVERY REQUIREMENT IS FOB DESTINATION.
SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1,52.212-4,FAR
52.212-5 AND FAR 52.232-33. THE REQUIRED DELIVERY DATE IS 1 JULY 98. NO
SOLICITATION WILL BE ISSUED. TRIDENT REFIT,KINGS BAY REQUIRES 4 EACH,
WET ABRASIVE BLAST UNITS.1.0 General-Four Portable,skid mounted,wet
abrasive blast units, Model No. 320U,as manufactured by Torbo Tech,Inc.
The purpose of each unit is for removing lead contaminated paint in an
open Dry Dock environment. This equipment is required to control the
emission of fugitive dust and to minimize the generation of hazarous
waste. 2.0 Salient Characteristics-2.1-Adaptability-The abrasive Blast
equipment shall be adaptable to permit the removal of surface coatings
without damage to the base material.The base material will range from
steel to fibrous glass.Adaptation of the blasting action will be
accomplished by air pressure regulation and abrasive selection. The air
pressure shall be adjustable over a range of 30 to 110 PSIG. The
equipment must permit the use of multiple abrasive types,which range
from 7 to 120 mesh size.Each Blast unit shall include,as a
minimum:A.Skid Mounting,B. Blast Pot,C.Rust Inhibitor
Injection,D.Remote Control,E. Utility Connections.2.1.1 Skid Mounting-
The skid shall be complete with Forklift tines for transporting the
unit fully loaded with abrasive material using a Forklift (10,000 pound
capacity),and four(4) padeyes (or eyebolts) for lifting the unit fully
loaded with abrasive material using a crane.The weight capacity of the
padeyes must be certified and a copy of the certification must be
provided with each manual. Both the empty weight and the full weight of
the unit must be painted on two opposite sides of the skid and be
readable from a distance of 10 ft.2.1.2 Blast Pot- The Blast Post shall
be ASME certified with an allowable vessel pressure of 175 PSE and a
minimum capacity of 11.3 cubic feet. The Blast Pot shall have an access
opening large enough to allow maintenance personnel to clean out the
interior of the pressure pot. Mixing of abrasive material with water
shall occur in the Blast Pot so as to ensure 100% wetting of the
abrasive, and to permit reusing wet abrasive. Water use rate shall not
exceed 25 gallons per hour during blasting operations. 2.1.3 Inhibitor
Injection-Injection ration of liquid rust inhibitor to water will be
adjustable to accommodate various manufactures. On/Off controls will
permit selection of inhibitor injection during wet/air and water/air
evolutions. Remote Control-The Remote Control unit shall be designed to
attach to the blast hose ( A minimum of 225 feet from the blast unit)
and provide independent adjustment and control of abrasive/water
mixture ratio,water and air. The Remote Controls shall permit a single
operator located at the end of the blast hose to select one of (4)
functions: wet abrasive/air,water/air,air only,and on/off pressure to
the blast hose. The Remote Control circuits shall operate on a circuit
of 12 volts DC or less derived from isolation transformer(s)
integrated with the equipment. 2.1.5 Utility Requirement-Utility
connections to allow connection 10 120 PSIG air, 60 PSIG water, and 110
AC electric sources. The air inlet supply to the unit shall have an
oil/water separator to stop contaminated air from clogging the valves
inside the unit. Abrasive hose used with the unit shall be 1-1/2 inches
in diameter.3.0 Technical Data-3.1 Manuals,Drawings and Schematics-Each
piece of equipment will require four (4) identical of manual,drawings
and schematics covering operating instructions,maintenance
instructions,parts breakdown schematics,electrical
schematics,lubrication points and parts list showing part numbers. All
technical material(including fold up schematics and drawing) must be
bound and/or held together by loose leaf binders. All technical
material must legible and not requie magification to read. For each
piece of equipment, three (3) sets shall be shipped to Trident Refit
Facility, Code 341, Naval Submarine Base,Kings Bay, GA 31547. 3.1.1
Suggested Parts List-Suggested Parts list to cover maintenance and
servicing during first year of operation showing price and availability
shall be included with each manual .3.2 Nameplate- A corrosion-
resistant nameplate shall be securely attached to the outer surface of
the equipment and must be visible from the operator's position. The
captions listed may be shortended or abbreviated,provided the entry for
each caption is clear as to its identity.Nomenclature,Manufacturer's
Name, Manufacturer,s serial number,Date of manufacture and Contract
Number.3.3 Lubrication Plate- A lubricitation plate or chart shall be
securely attached to the equipment . If a chart is furnished, it shall
be placed in a transparent plastic folder or liminated between clear
plastic permanently sealed sheets. The following information shall be
furnished on the chart or plate. Point of application,Service interval,
Type of lubricant,Viscosity.3.4 Final Acceptance of equipment furnished
shall be made at destination by Code 341 within 7 days after receiving.
Acceptance shall be based upon satisfactory completion of examination
and test at destination; during tests, cognizant personnel of the
receiving activity shall be alert for possible signs of improper
performance,malfunction and potential unreliability. 3.5. Shipping
Address-Trident Refit Facility,Receiving Officer Code 5321, Bldg# 4027
Naval Submarine Base, Kings Bay, GA 31547.Each offeror shall submit
information concerning their past and current performance under
government/commerical contracts for efforts similar/relevant to the
effort required by this solicitation. Offers shall submit information
for contracts performed within the past three years. You may fax your
ressponse to this requirement to 912-673-3776,Attn: W. Reid. Award will
be made to that responsible offeror submitting the lowest priced,
acceptable proposal. The proposal shall be signed by the offeror and
have the GAGE Code on Dunn Number and their proposal. See Numbered
Note(s): 1. (0141) Loren Data Corp. http://www.ld.com (SYN# 0292 19980526\49-0003.SOL)
49 - Maintenance Repair Shop Equipment Index Page
|
|